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

Public Bus DPS

  • First published: 20 December 2022
  • Last modified: 20 December 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:
ocds-h6vhtk-03925e
Published by:
Surrey County Council
Authority ID:
AA0050
Publication date:
20 December 2022
Deadline date:
22 January 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Surrey County Council

Woodhatch Place,11 Cockshot Hill, Woodhatch

REIGATE

RH2 8EF

UK

Contact person: Rob Gilmour

E-mail: robert.gilmour@surreycc.gov.uk

NUTS: UKJ26

Internet address(es)

Main address: www.surreycc.gov.uk

I.1) Name and addresses

East Sussex County Council

Lewes

UK

E-mail: james.cooper@eastsussex.gov.uk

NUTS: UKJ

Internet address(es)

Main address: www.eastsussex.gov.uk

I.1) Name and addresses

West Sussex County Council

Chichester

UK

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

NUTS: UKJ

Internet address(es)

Main address: www.westsussex.gov.uk

I.2) Joint procurement

The contract involves joint procurement

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.proactis.com


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

Public Bus DPS

II.1.2) Main CPV code

60000000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 28 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

60000000

II.2.3) Place of performance

NUTS code:

UKJ

II.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.

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: 28 000 000.00  GBP

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

End: 22/01/2025

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 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:

Any such requirements will be included in procurement documents

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.1.6) 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.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 020-033510

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

Date: 22/01/2025

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.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.

VI.4) Procedures for review

VI.4.1) Review body

surrey County Council

Reigate

UK

VI.5) Date of dispatch of this notice

19/12/2022

Coding

Commodity categories

ID Title Parent category
60000000 Transport services (excl. Waste transport) Transport and Related 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:
robert.gilmour@surreycc.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.