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

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

  • First published: 08 August 2024
  • Last modified: 08 August 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-048890
Published by:
Buckinghamshire Council
Authority ID:
AA79544
Publication date:
08 August 2024
Deadline date:
27 October 2028
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

UK

Contact person: Mr Paras Syal

E-mail: Paras.Syal@buckinghamshire.gov.uk

NUTS: UKJ13

Internet address(es)

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

Address of the buyer profile: https://www.buckinghamshire.gov.uk/

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=e48e0771-6534-e911-80f2-005056b64545


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

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

II.1.2) Main CPV code

60100000

 

II.1.3) Type of contract

Services

II.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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ

II.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

II.2.5) Award criteria

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

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

Start: 01/09/2019

End: 27/10/2028

This contract is subject to renewal: No

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 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: No

IV.2) Administrative information

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

Date: 27/10/2028

Local time: 23:55

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.4) Procedures for review

VI.4.1) Review body

Buckinghamshire Council

Aylesbury

UK

VI.5) Date of dispatch of this notice

07/08/2024

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:
Paras.Syal@buckinghamshire.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.