Tender

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

  • Buckinghamshire Council

F02: Contract notice

Notice identifier: 2024/S 000-024890

Procurement identifier (OCID): ocds-h6vhtk-048890

Published 7 August 2024, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Mr Paras Syal

Email

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