Tender

Provision of Passenger Transport Services across the County of Powys, Mid Wales

  • Powys County Council

F02: Contract notice

Notice identifier: 2024/S 000-039701

Procurement identifier (OCID): ocds-h6vhtk-04c5e6

Published 10 December 2024, 9:52am



Section one: Contracting authority

one.1) Name and addresses

Powys County Council

County Hall

Llandrindod Wells

LD1 5LG

Email

commercialservices@powys.gov.uk

Telephone

+44 1597826000

Country

United Kingdom

NUTS code

UKL24 - Powys

Internet address(es)

Main address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0354

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0354

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

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

Provision of Passenger Transport Services across the County of Powys, Mid Wales

Reference number

pqq_33611

two.1.2) Main CPV code

  • 60100000 - Road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is offering an exciting opportunity for suitably qualified and experienced transport operators to participate in a DPS for the Provision of Passenger Transport Services across the County of Powys.

The purpose of the Dynamic Purchasing System is to allow the Council to assemble and maintain an approved list of operators for the above stipulated services, and to offer a more flexible and responsive procurement.

The Dynamic Purchase System will run for an initial period of 6 (six) years, with an option to be extended for a further period or periods, subject to performance and budget confirmations.

The council reserves the right to further extend this Dynamic Purchasing System if the need arises in-line with Regulation 34 of the Public Contract Regulations 2015.

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Taxi's up to 7 seats

Lot No

1

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services
  • 60120000 - Taxi services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60171000 - Hire of passenger cars with driver

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys
Main site or place of performance

Various transport routes across the county of Powys

two.2.4) Description of the procurement

Powys County Council is offering an exciting opportunity for suitably qualified and experienced transport operators to

participate in a Dynamic Purchasing System (DPS) for the Provision of Passenger Transport Services across the County of Powys.The Council currently transports approximately 7,000 pupils to high schools (including some out-of-county), primary schools, and two further education sites across the county. Additionally, around 1,100,000 passengers are conveyed on 45 contracted public transport services annually.

The Council spends circa 14,000,000 GBP per year on home-to-school transport, covering 277 dedicated routes. Learners may travel on vehicles exclusively for school use or on registered local bus services, as defined by the 1985 Transport Act. However, primary-aged learners entitled to transport will not be conveyed on public transport.

The purpose of the Dynamic Purchasing System is to allow the Council to assemble and maintain an approved list of operators for the above stipulated works, and to offer a more flexible and responsive procurement.

The Dynamic Purchase System will run for an initial period of 6 (six) years, with an option to be extended for a further period or periods subject to performance and budget confirmations.

The Council reserves the right to further extend the Dynamic Purchasing System if the need arises in-line with Regulation 34 of the Public Contract Regulations 2015.

Applications are sought against the following Lots which shall lead to the tendering of transport routes for Home to School Transport including Additional Learning Needs (ALN), Mainstream Services and Local Bus Services:

Lot 1 - Taxi's up to 7 seats

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The Dynamic Purchase System will run for an initial period of 6 (six) years, with an option to be extended for a further period or periods subject to performance and budget confirmations. The Council reserves the right to further extend the Dynamic Purchasing System if thhe need arises, in-line with Regulation 34 of the Public Contract Regulations 2015.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

two.2) Description

two.2.1) Title

Lot 2 - Minibuses 8 to 16 seats

Lot No

2

two.2.2) Additional CPV code(s)

  • 60170000 - Hire of passenger transport vehicles with driver
  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys

two.2.4) Description of the procurement

Powys County Council is offering an exciting opportunity for suitably qualified and experienced transport operators to participate in a Dynamic Purchasing System (DPS) for the Provision of Passenger Transport Services across the County of Powys.The Council currently transports approximately 7,000 pupils to high schools (including some out-of-county), primary schools, and two further education sites across the county. Additionally, around 1,100,000 passengers are conveyed on 45 contracted public transport services annually.

The Council spends circa 14,000,000 GBP per year on home-to-school transport, covering 277 dedicated routes. Learners may travel on vehicles exclusively for school use or on registered local bus services, as defined by the 1985 Transport Act. However, primary-aged learners entitled to transport will not be conveyed on public transport.

The purpose of the Dynamic Purchasing System is to allow the Council to assemble and maintain an approved list of operators for the above stipulated works, and to offer a more flexible and responsive procurement.

The Dynamic Purchase System will run for an initial period of 6 (six) years, with an option to be extended for a further period or periods subject to performance and budget confirmations. The Council reserves the right to further extend the Dynamic Purchasing System if the need arises in-line with Regulation 34 of the Public Contract Regulations 2015.

Applications are sought against the following Lots which shall lead to the tendering of transport routes for Home to School Transport including Additional Learning Needs (ALN), Mainstream Services and Local Bus Services:

Lot 2 - Minibuses 8 to 16 seats

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The Dynamic Purchase System will run for an initial period of 6 (six) years, with an option to be extended for a further period or periods subject to performance and budget confirmations. The Council reserves the right to further extend the Dynamic Purchasing System if thhe need arises, in-line with Regulation 34 of the Public Contract Regulations 2015.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

two.2) Description

two.2.1) Title

Lot 3 - Buses 17 to 70 seats

Lot No

3

two.2.2) Additional CPV code(s)

  • 60172000 - Hire of buses and coaches with driver
  • 60100000 - Road transport services
  • 60170000 - Hire of passenger transport vehicles with driver

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys

two.2.4) Description of the procurement

Powys County Council is offering an exciting opportunity for suitably qualified and experienced transport operators to participate in a Dynamic Purchasing System (DPS) for the Provision of Passenger Transport Services across the County of Powys.The Council currently transports approximately 7,000 pupils to high schools (including some out-of-county), primary schools, and two further education sites across the county. Additionally, around 1,100,000 passengers are conveyed on 45 contracted public transport services annually.

The Council spends circa 14,000,000 GBP per year on home-to-school transport, covering 277 dedicated routes. Learners may travel on vehicles exclusively for school use or on registered local bus services, as defined by the 1985 Transport Act. However, primary-aged learners entitled to transport will not be conveyed on public transport.

The purpose of the Dynamic Purchasing System is to allow the Council to assemble and maintain an approved list of operators for the above stipulated works, and to offer a more flexible and responsive procurement.

The Dynamic Purchase System will run for an initial period of 6 (six) years, with an option to be extended for a further period or periods subject to performance and budget confirmations. The Council reserves the right to further extend the Dynamic Purchasing System if the need arises in-line with Regulation 34 of the Public Contract Regulations 2015.

Applications are sought against the following Lots which shall lead to the tendering of transport routes for Home to School Transport including Additional Learning Needs (ALN), Mainstream Services and Local Bus Services:

Lot 3 - Buses 17 to 70 seats

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The Dynamic Purchase System will run for an initial period of 6 (six) years, with an option to be extended for a further period or periods subject to performance and budget confirmations. The Council reserves the right to further extend the Dynamic Purchasing System if thhe need arises, in-line with Regulation 34 of the Public Contract Regulations 2015.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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 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

Bidders shall be required to respond to technical questions within their PQQ submission which are pass/fail questions. These questions shall be scored in accordance with the scoring system incorporated within the PQQ documentation.

It is a Minimum Requirement of the Council that Bidders are:

Insurance requirements, note that Bidders must have or agree to put in place by contract start, insurances to the following levels:

- a fully comprehensive motor insurance policy with Public Liability cover to the value of at least 5 (five) million GBP in respect of motor vehicle related property damage; and either

- A fully comprehensive motor insurance policy with Public Liability cover to the value of at least 5 (five) million GBP in respect of nonmotor vehicle related property damage; or

- A standalone Public Liability Policy to the value of at least 5 (five) million GBP in respect of non-motor vehicle related property damage.

- Where necessary, the Contractor shall at its own cost also effect and maintain a policy or policies of Employer's Liability insurance with a limit of indemnity of not less than 10 (ten) million GBP.

Further minimum requirements shall be incorporated within Stage 2 mini-competition tender bids including, but not limited to the requirement for Bidders to evidence licences, operators licence, taxi licences and/or permit and OCRS reports to evidence their ability to perform the contract. Details of those further conditions will be included with the ITT. It is a requirement that all Tenders are submitted based on all incorporated conditions communicated in the ITT.

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

10 January 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 February 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 6 years

six.3) Additional information

Instructions for Suppliers – Registration on eTenderwales

Powys County Council will be conducting this procurement exercise through the Value Wales e-Tendering

portal. This can be found at

www.etenderwales.bravosolution.co.uk, all information may be downloaded and returned through this channel.

Internet address: http://etenderwales.bravosolution.co.uk

Suppliers Instructions How to Express Interest in this PQQ

1. Register your company on the eTenderwales portal (this is only required once)

- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the “Open Access PQQs” link.

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer

Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance, use the online help, or the BravoSolution help desk is available Mon – Fri

(8am – 6pm) on:

- email: help@bravosolution.co.uk

- Phone: 0800 069 8634

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=146635

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

As per Stage 2, mini-competition tenders

(WA Ref:146635)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom