Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

WSCC - JS - Passenger Transport DPS

  • First published: 21 April 2022
  • Last modified: 21 April 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
West Sussex County Council
Authority ID:
AA21254
Publication date:
21 April 2022
Deadline date:
02 May 2027
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council intends to establish a Dynamic Purchasing System (DPS) for the provision of passenger transport services. The procurement procedure is in accordance with the requirements of the Public Contract Regulations 2015 (SI2015/103) (PCR 2015)A Dynamic Purchasing System (DPS) is a completely electronic system used to purchase commonly used goods, works or services. The DPS may be divided into categories of products, works or services commonly sometimes referred to as lots.A DPS follows a two-stage process:Stage 1The first stage is concerned with setting up the DPS. Under this stage Tenderers are invited to apply for inclusion on the DPS (i.e. this Invitation to Participate). Tenderers complete and submit a response in the form of the Selection Questionnaire (SQ), and those who meet the Selection Criteria and who are not excluded will be admitted onto the DPS as a DPS Provider for the Category(s) that they have applied for.Stage 2The second stage is more commonly referred to as a mini-competition stage. Following acceptance onto the DPS, the Council will invite all DPS Providers within a relevant Category to bid for a specific passenger transport contract by issuing a mini-competition for a specific route or batch of routes. Tenders will be evaluated according to the Award Criteria set as part of the mini-competition and a Contract awarded to the winning bidder.Scope of Services The Council’s Transport Coordination team (in Place Services) plan and procure transport on behalf of children and vulnerable adults to and from establishments in West Sussex and beyond. Additionally, other teams in the Council commission ad-hoc, urgent and specialist transport to meet the needs of residents such as during major incidents. The broad categories of Service User who receive transport from the Council include but are not limited to Special Educational Needs and Disabilities (SEND), Mainstream, Adult Services, Alternative Provision College (APC), Looked After Children (LAC).A Service User may require a Passenger Assistant, parent, school staff, or nurse to accompany them on a journey. Vehicle requirements typically include cars, multi-purpose vehicles (MPVs), standard and wheelchair accessible minibuses and coaches. Occasionally specialist vehicles will be required including ambulances and secure transport.The Council’s detailed requirements are set out in the DPS Agreement, Call-off Terms and Conditions and Route schedules (available at the mini-competition stage).DPS TermThe Council is seeking to establish a DPS for an initial term of 5 years from the Commencement Date. There is the option to extend by 1 period of up to 24 months (2 years), taking the full term of the DPS to 7 years.The anticipated Commencement Date of the DPS is 03 May 2022, with mini competitions to start on 24 June 2022.Value of the DPSThe anticipated value of the Services to be procured through the DPS is approximately £175m million over the lifetime of the DPS.Please note the figure above is an estimation and not a commitment to Service Providers who are appointed to the DPS.Categories (Lots)The Services have been divided into the following Categories depending upon type of vehicle and services required.Category 1 – Vehicles up to 8 passenger seats. Service Providers in this category will typically operate using a Private Hire or Hackney licence and includes wheelchair accessible vehicles. Passenger Assistants may be requested by the Council to support Service Users.Category 2 – Vehicles with 9 passenger seats or more. Service Providers in this category will typically operate using a Public Service Vehicle (PSV) licence and includes wheelchair accessible vehicles. Passenger Assistants may be requested by the Council to support Service Users.Category 3 – Specialist Transport. Service Providers in this category will be able to provide more specialist services including secure transport and non-emergency ambulances.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Sussex County Council

County Hall, West Street

Chichester

PO19 1RQ

UK

Contact person: James Skilling

Telephone: +44 03302225432

E-mail: james.skilling@westsussex.gov.uk

NUTS: UKJ27

Internet address(es)

Main address: https://www.westsussex.gov.uk/business-and-consumers/supplying-wscc-with-goods-or-services/

Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current

I.3) Communication

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

https://www.sesharedservices.org.uk/esourcing


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

WSCC - JS - Passenger Transport DPS

Reference number: WSCC - 033885

II.1.2) Main CPV code

60100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council intends to establish a Dynamic Purchasing System (DPS) for the provision of passenger transport services. The procurement procedure is in accordance with the requirements of the Public Contract Regulations 2015 (SI2015/103) (PCR 2015)A Dynamic Purchasing System (DPS) is a completely electronic system used to purchase commonly used goods, works or services. The DPS may be divided into categories of products, works or services commonly sometimes referred to as lots.The DPS will be open for submissions from 03 May 2022 with further competitions to be issued via the DPS from 24 June 2022

II.1.5) Estimated total value

Value excluding VAT: 175 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

60100000

II.2.3) Place of performance

NUTS code:

UKJ27


Main site or place of performance:

II.2.4) Description of the procurement

The Council intends to establish a Dynamic Purchasing System (DPS) for the provision of passenger transport services. The procurement procedure is in accordance with the requirements of the Public Contract Regulations 2015 (SI2015/103) (PCR 2015)A Dynamic Purchasing System (DPS) is a completely electronic system used to purchase commonly used goods, works or services. The DPS may be divided into categories of products, works or services commonly sometimes referred to as lots.A DPS follows a two-stage process:Stage 1The first stage is concerned with setting up the DPS. Under this stage Tenderers are invited to apply for inclusion on the DPS (i.e. this Invitation to Participate). Tenderers complete and submit a response in the form of the Selection Questionnaire (SQ), and those who meet the Selection Criteria and who are not excluded will be admitted onto the DPS as a DPS Provider for the Category(s) that they have applied for.Stage 2The second stage is more commonly referred to as a mini-competition stage. Following acceptance onto the DPS, the Council will invite all DPS Providers within a relevant Category to bid for a specific passenger transport contract by issuing a mini-competition for a specific route or batch of routes. Tenders will be evaluated according to the Award Criteria set as part of the mini-competition and a Contract awarded to the winning bidder.Scope of Services The Council’s Transport Coordination team (in Place Services) plan and procure transport on behalf of children and vulnerable adults to and from establishments in West Sussex and beyond. Additionally, other teams in the Council commission ad-hoc, urgent and specialist transport to meet the needs of residents such as during major incidents. The broad categories of Service User who receive transport from the Council include but are not limited to Special Educational Needs and Disabilities (SEND), Mainstream, Adult Services, Alternative Provision College (APC), Looked After Children (LAC).A Service User may require a Passenger Assistant, parent, school staff, or nurse to accompany them on a journey. Vehicle requirements typically include cars, multi-purpose vehicles (MPVs), standard and wheelchair accessible minibuses and coaches. Occasionally specialist vehicles will be required including ambulances and secure transport.The Council’s detailed requirements are set out in the DPS Agreement, Call-off Terms and Conditions and Route schedules (available at the mini-competition stage).DPS TermThe Council is seeking to establish a DPS for an initial term of 5 years from the Commencement Date. There is the option to extend by 1 period of up to 24 months (2 years), taking the full term of the DPS to 7 years.The anticipated Commencement Date of the DPS is 03 May 2022, with mini competitions to start on 24 June 2022.Value of the DPSThe anticipated value of the Services to be procured through the DPS is approximately £175m million over the lifetime of the DPS.Please note the figure above is an estimation and not a commitment to Service Providers who are appointed to the DPS.Categories (Lots)The Services have been divided into the following Categories depending upon type of vehicle and services required.Category 1 – Vehicles up to 8 passenger seats. Service Providers in this category will typically operate using a Private Hire or Hackney licence and includes wheelchair accessible vehicles. Passenger Assistants may be requested by the Council to support Service Users.Category 2 – Vehicles with 9 passenger seats or more. Service Providers in this category will typically operate using a Public Service Vehicle (PSV) licence and includes wheelchair accessible vehicles. Passenger Assistants may be requested by the Council to support Service Users.Category 3 – Specialist Transport. Service Providers in this category will be able to provide more specialist services including secure transport and non-emergency ambulances.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 175 000 000.00  GBP

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

Start: 03/05/2022

End: 02/05/2027

This contract is subject to renewal: Yes

Description of renewals:

1 extension of up to 24 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

List and brief description of conditions:

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 100

Justification for any framework agreement duration exceeding 4 years: The DPS initial term is 5 years

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 02/05/2027

Local time: 12:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Requests to participate are required to be submitted via the Authority's tendering system https://in-tendhost.co.uk/sesharedservices/aspx/HomeThis system will also be used to publish mini-competitions for contracts let from the DPS.Access to the system/software and advice is free of charge.Registration is necessary in order to submit requests to participate in the DPS, and if successfully appointed to the DPS, submit tenders for contracts let from the DPS.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice — The High Court

London

WC2A 2LL

UK

Internet address(es)

URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.4.4) Service from which information about the review procedure may be obtained

West Sussex County Council

County Hall

Chichester

PO19 1RG

UK

Internet address(es)

URL: www.westsussex.gov.uk

VI.5) Date of dispatch of this notice

20/04/2022

Coding

Commodity categories

ID Title Parent category
60100000 Road transport services Transport services (excl. Waste transport)

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
james.skilling@westsussex.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.