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

Dynamic Purchasing System for the Provision of Passenger Transport

  • First published: 01 April 2023
  • Last modified: 01 April 2023

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:
ocds-h6vhtk-03b7d5
Published by:
Kirklees Council
Authority ID:
AA80824
Publication date:
01 April 2023
Deadline date:
31 May 2028
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council is responsible for arranging home to school transport to schools and colleges for Children and Young People with special education needs and disabilities (SEND). In addition, the Council also arranges transport for respite/short breaks and for adults to attend local day centres. Overall, the Service comprises over 400,000 journeys annually.

The Council's Home to School Transport Service employs approximately 180 Passenger Assistants who ensure that Children and Adults are safely and comfortably transported to various locations within, and on occasions outside, the Kirklees District.

The Services comprise of the following requirements:

a) Route transportation of Children / Adults / Passenger Assistants to schools, colleges and day centre locations and other venues, and either back home again or to another designated point as specifically set out in each Route Sheet/ instruction

b) Interim Cover of new journeys which are likely to continue for some time and which may eventually be converted into Routes at the discretion of the Council.

c) Emergency Provision for Service requirements at short notice (tender return date reduced to 1 day)

d) Ad-hoc Provision for occasional Service requirements.

The estimated cumulative annual value for the Contracts potentially called off under this DPS is six million Pounds Sterling (£6,000,000). It is anticipated that the majority of Contracts awarded under this DPS will each have an individual value of between one thousand Pounds Sterling (£1,000) and forty thousand Pounds Sterling (£40,000).

This DPS is anticipated to commence on 1st June 2023 for a period of three (3) years up to 31st May 2026, with a provision to extend the DPS for up to two (2) further one (1) year periods (the "DPS Period"), subject to continued availability of eligible Operators continuing to meet the requirements and demands of the Service.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kirklees Council

Vine Street

HUDDERSFIELD

HD16NT

UK

Telephone: +44 1484221000

E-mail: procurement@kirklees.gov.uk

NUTS: UKE44

Internet address(es)

Main address: https://www.kirklees.gov.uk

I.3) Communication

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

https://yortender.eu-supply.com/login.asp?B=YORTENDER


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://yortender.eu-supply.com/login.asp?B=YORTENDER


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

Dynamic Purchasing System for the Provision of Passenger Transport

Reference number: KMCTS-018

II.1.2) Main CPV code

60120000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Kirklees Council are seeking to establish a Dynamic Purchasing System ("DPS") for the provision of Passenger Transport Services under which interested economic Operators can become eligible to bid to provide specific Service Contracts or 'Routes'.

II.1.5) Estimated total value

Value excluding VAT: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

60112000

60120000

60130000

60140000

60170000

II.2.3) Place of performance

NUTS code:

UKE44

II.2.4) Description of the procurement

The Council is responsible for arranging home to school transport to schools and colleges for Children and Young People with special education needs and disabilities (SEND). In addition, the Council also arranges transport for respite/short breaks and for adults to attend local day centres. Overall, the Service comprises over 400,000 journeys annually.

The Council's Home to School Transport Service employs approximately 180 Passenger Assistants who ensure that Children and Adults are safely and comfortably transported to various locations within, and on occasions outside, the Kirklees District.

The Services comprise of the following requirements:

a) Route transportation of Children / Adults / Passenger Assistants to schools, colleges and day centre locations and other venues, and either back home again or to another designated point as specifically set out in each Route Sheet/ instruction

b) Interim Cover of new journeys which are likely to continue for some time and which may eventually be converted into Routes at the discretion of the Council.

c) Emergency Provision for Service requirements at short notice (tender return date reduced to 1 day)

d) Ad-hoc Provision for occasional Service requirements.

The estimated cumulative annual value for the Contracts potentially called off under this DPS is six million Pounds Sterling (£6,000,000). It is anticipated that the majority of Contracts awarded under this DPS will each have an individual value of between one thousand Pounds Sterling (£1,000) and forty thousand Pounds Sterling (£40,000).

This DPS is anticipated to commence on 1st June 2023 for a period of three (3) years up to 31st May 2026, with a provision to extend the DPS for up to two (2) further one (1) year periods (the "DPS Period"), subject to continued availability of eligible Operators continuing to meet the requirements and demands of the Service.

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: 30 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The DPS will initially run for a period of three (3) years, with a provision to extend the DPS for up to two (2) further one (1) year periods, subject to continued availability of eligible Operators continuing to meet the requirements and demands of the Service

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

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:

The economic operators' request to participate on this DPS will be assessed against their responses to the

minimum selection criteria within the Selection Questionnaire ("SQ") in the request to participate submission

document, which is available to download at https://yortender.eu-supply.com/login.asp?B=YORTENDER

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

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 setting up of a dynamic purchasing system

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: 31/05/2028

Local time: 13:00

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Economic Operators who are unsuccessful at the SQ stage shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the application to join the DPS was unsuccessful.

If an economic Operator requires any additional information following this initial de-briefing,this should be requested via the messaging function within https://yortender.eu-supply.com/login.asp?B=YORTENDER

If an appeal regarding the decision to award a position on the DPS has not been successfully resolved, then the public contracts Regulations 2015(SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules

to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had risen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than

3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and /or order the duration of the contract to be shortened.

If however the contract has been concluded, the Court may only award damages or, where the contract award procedures

have not been followed correctly, declare the contract to be ineffective.

VI.5) Date of dispatch of this notice

31/03/2023

Coding

Commodity categories

ID Title Parent category
60170000 Hire of passenger transport vehicles with driver Road transport services
60140000 Non-scheduled passenger transport Road transport services
60112000 Public road transport services Road transport services
60130000 Special-purpose road passenger-transport services Road transport services
60120000 Taxi services Road transport services

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:
procurement@kirklees.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.