Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Mr Paras Syal
Paras.Syal@buckinghamshire.gov.uk
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.buckinghamshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=e48e0771-6534-e911-80f2-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=e48e0771-6534-e911-80f2-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
For a Dynamic Purchasing System for Home to School Mainstream, Special Educational Needs & Disabilities, Pupil Referral Units, Post 16 College, Short Term Care and Adult & Child Social Care Transport
Reference number
DN387269
two.1.2) Main CPV code
- 60100000 - Road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
This FTS notice is to cover previous OJEU Advert details below:
Submission date: 15/02/2019
Document number: 2019-000002
Submission ID: 20190215-005732
Buckinghamshire County Council (the Council) is seeking to establish a Dynamic Purchasing System (“DPS”) for the provision of certain transport services to children and vulnerable adults (the Services). The Council is conducting the procurement using the restricted procedure as set out in Regulation 28 of the Public Contracts Regulations 2015 (the Regulations).
In accordance with Regulation 34 (18), the Council is extending the time frame for the evaluation of initial Requests to Participate to up to 6 weeks to carry out robust due diligence checks on Suppliers’ suitability to be admitted to the DPS and on their economic and financial standing, and technical and professional ability.
Under Regulation 59 we will also require documentary evidence to be submitted with Requests to Participate and at any other time to ensure the proper conduct of the procedure.
The DPS is part of the Council’s suite of transport arrangements and will be used for procurement of transport for both long and short term contracts, alongside other procurement methods. Suppliers should therefore note that the DPS will not be an exclusive arrangement and the Council may award transport contracts to other suppliers on any alternative basis.
The DPS will be divided into “Lots”. The Lots are based on the different types of vehicle that the Council requires. The people requiring the Services will be children and young people attending mainstream schools, special schools and pupil referral units and Social Care service users (children and adults) and, potentially, other individual Council service users. The majority of Services will be delivered within the Council’s administrative area but from time to time Services will also be required to be provided outside the Council’s administrative area.
The Lots are:
1. 4 to 8 Seat Vehicles
2. 9 to 16 Seat Vehicles
3. Wheelchair Accessible Vehicles
4. Specialist Transport Services (e.g. Ambulance, Secure Transport)
5. Emergency Transport (call off within 1 hour – 24 hour requirement)
6. PSV Passenger Transport Services (e.g. Home to School)
The Council cannot forecast likely demand or volumes for the Services or for any of the Lots. Appointment of a Supplier to the DPS is no guarantee that the Supplier will actually receive instructions from the Council to deliver Services. Suppliers may apply for appointment to as many Lots as they wish.
The DPS will operate for a period of five years commencing on or around 1st September 2019. The Council will have the option, at its discretion, to extend the period of operation of the DPS for a further period or periods of up to two years and reserves the right under Regulation 34 (28) to give notice of any changes to the validity of the DPS.
Suppliers that wish to be appointed to the DPS are required to complete a Selection Questionnaire (“SQ”). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Council, will be appointed to the DPS to the Lots for
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Buckinghamshire County Council (the Council) is seeking to establish a Dynamic Purchasing System (“DPS”) for the provision of certain transport services to children and vulnerable adults (the Services). The Council is conducting the procurement using the restricted procedure as set out in Regulation 28 of the Public Contracts Regulations 2015 (the Regulations).
In accordance with Regulation 34 (18), the Council is extending the time frame for the evaluation of initial Requests to Participate to up to 6 weeks to carry out robust due diligence checks on Suppliers’ suitability to be admitted to the DPS and on their economic and financial standing, and technical and professional ability.
Under Regulation 59 we will also require documentary evidence to be submitted with Requests to Participate and at any other time to ensure the proper conduct of the procedure.
The DPS is part of the Council’s suite of transport arrangements and will be used for procurement of transport for both long and short term contracts, alongside other procurement methods. Suppliers should therefore note that the DPS will not be an exclusive arrangement and the Council may award transport contracts to other suppliers on any alternative basis.
The DPS will be divided into “Lots”. The Lots are based on the different types of vehicle that the Council requires. The people requiring the Services will be children and young people attending mainstream schools, special schools and pupil referral units and Social Care service users (children and adults) and, potentially, other individual Council service users. The majority of Services will be delivered within the Council’s administrative area but from time to time Services will also be required to be provided outside the Council’s administrative area.
The Lots are:
1. 4 to 8 Seat Vehicles
2. 9 to 16 Seat Vehicles
3. Wheelchair Accessible Vehicles
4. Specialist Transport Services (e.g. Ambulance, Secure Transport)
5. Emergency Transport (call off within 1 hour – 24 hour requirement)
6. PSV Passenger Transport Services (e.g. Home to School)
The Council cannot forecast likely demand or volumes for the Services or for any of the Lots. Appointment of a Supplier to the DPS is no guarantee that the Supplier will actually receive instructions from the Council to deliver Services. Suppliers may apply for appointment to as many Lots as they wish.
The DPS will operate for a period of five years commencing on or around 1st September 2019. The Council will have the option, at its discretion, to extend the period of operation of the DPS for a further period or periods of up to two years and reserves the right under Regulation 34 (28) to give notice of any changes to the validity of the DPS.
Suppliers that wish to be appointed to the DPS are required to complete a Selection Questionnaire (“SQ”). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Council, will be appointed to the DPS to the Lots for
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2019
End date
27 October 2028
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 October 2028
Local time
11:55pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Buckinghamshire Council
Aylesbury
Country
United Kingdom