Opportunity

Public Bus DPS

  • Surrey County Council
  • East Sussex County Council
  • West Sussex County Council

F02: Contract notice

Notice reference: 2022/S 000-035821

Published 19 December 2022, 12:01pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Woodhatch Place,11 Cockshot Hill, Woodhatch

REIGATE

RH2 8EF

Contact

Rob Gilmour

Email

robert.gilmour@surreycc.gov.uk

Country

United Kingdom

NUTS code

UKJ26 - East Surrey

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.surreycc.gov.uk

one.1) Name and addresses

East Sussex County Council

Lewes

Email

james.cooper@eastsussex.gov.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.eastsussex.gov.uk

one.1) Name and addresses

West Sussex County Council

Chichester

Email

james.skilling@westsussex.gov.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.westsussex.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.surreycc.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.proactis.com

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

Public Bus DPS

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

Surrey County Council began operating the Public Bus DPS in January 2015 and issued a OJEU notice prior

to that in November 2014. In January 2017 East Sussex County Council and West Sussex County Council join

the DPS and will be procuring Public Bus services through it. The purpose of this updated notice is to inform the

market of this change, and of the change to the term of the DPS.

The DPS has been designed to be compliant with new Public Contract Regulations and Public Contract

Directives 2015 and as of 1.2.2017 will begin operating under the new regulations. The new regulations impose

no limit on the term of a DPS and so it will last for up to 22 January 2025.

two.1.5) Estimated total value

Value excluding VAT: £28,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Surrey County Council, East Sussex County Council and West Sussex County Council will be procuring their

requirements for the provision of public bus services through this Dynamic Purchasing System.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £28,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

22 January 2025

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Any such requirements will be included in procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

The Contracting Authority reserves the right to use an electronic auction during the procurement process.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2017/S 020-033510

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 January 2025

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This DPS will be available to public sector South East public sector bodies as per the list below:

http://localgovernmentexecutive.co.uk/councils/region/10

Public sector organisations who wish to use it should note the following:

I. Evaluation of Surrey suppliers is done currently by Surrey. However if the partner Contracting Authority wishes to invite new suppliers of their own to apply to the DPS, these will be evaluated by them.

II. To call-off from the DPS, the Contracting Authority should either:

- Obtain access to In-Tend or Proactis and run mini competitions themselves, at their own cost

- Use our in house Procurement team to run mini competitions. This will be subject to an administrative cost per tender, depending on the size/time-scale of the tender.

The Contracting Authority must take responsibility for the issuing and signing of all contract documents. SCC expects a regular exchange of supplier performance data with the Contracting Authority.

six.4) Procedures for review

six.4.1) Review body

surrey County Council

Reigate

Country

United Kingdom