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 Passenger Transport Services

  • First published: 14 February 2018
  • Last modified: 14 February 2018

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:
Suffolk County Council
Authority ID:
AA20109
Publication date:
14 February 2018
Deadline date:
11 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The services subject of tenders generally falls within 3 categories;

— Registered local bus services: Tenders will be issued in response to changes in commercial provision where there is a requirement identified for a replacement service. Near to the end of their term, current contracts will also be assessed as to their performance and where this is satisfactory invitations to tender will be issued for similar provision. The approximate annual spend is in the region of GBP 1 700 000;

— Home to school services: Tenders will be issued to provide transport for eligible students to educational centres. Transport is reviewed on an annual basis with new contracts usually commencing at the start of the academic year (September). The review will take into account the location of students attending each centre, current policy and student numbers. Vehicle sizes and routes are therefore subject to change. The approximate annual spend is in the region of GBP 10 000 000;

— Specialised transport services: Passenger transport provides access for young people and adults to specialised provision as it is required. Such provision is subject to short notice change meaning that contracts may end before the date stated and new contracts may be issued. The approximate annual spend is in the region of GBP 9 000 000.

Full notice text

Prior information notice

This notice is a call for competition

Section I: Contracting authority

I.1) Name and addresses

Suffolk County Council

Endeavour House, Russell Road

Ipswich

IP1 2BX

UK

Contact person: Passenger Transport Unit Business Support Team

E-mail: passenger.transport@suffolk.gov.uk

NUTS: UKH14

Internet address(es)

Main address: www.suffolksourcing.uk

I.3) Communication

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.suffolksourcing.uk


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

Dynamic Purchasing System for Passenger Transport Services

Reference number: CD1204/1

II.1.2) Main CPV code

60000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Suffolk County Council (The Council) is seeking suppliers for the provision of Passenger Transport Services. It intends to establish a Dynamic Purchasing System (DPS) for the provision of its Transport Services with suitably qualified operators of Private Hire, Hackney Carriage, PSV/PCV and other appropriately licenced vehicles. The Council proposes to enter into contracts for periods of up to 5 years, dependent on the requirement, with options to extend. Such extensions will be at the discretion of the Council and subject to satisfactory performance. A combination of Lots/routes may be tendered. Suppliers can apply to join the DPS at any point during its lifetime, however applications will be considered in 2 Rounds. Round 1 for initial registration to the DPS is open between 12.2.2018 to 13.4.2018. Round 2 will open on 12.5.2018 and will remain open. The DPS will be open for a period of 5 years with the option to extend up to a further 2 years. We reserve the right to extend, shorten or terminate, in part or whole, any Lot or the entire DPS at any time giving 6 months’ notice. Interested Suppliers must complete a Selection Questionnaire (SQ) via www.suffolksourcing.uk

Please log into Suffolk Sourcing and search CD1204, and request to participate by completing and submitting the SQ.

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: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Vehicles 16 seats and larger

II.2.2) Additional CPV code(s)

60100000

II.2.3) Place of performance

NUTS code:

UKH14

II.2.4) Description of the procurement

The services subject of tenders generally falls within 3 categories;

— Registered local bus services: Tenders will be issued in response to changes in commercial provision where there is a requirement identified for a replacement service. Near to the end of their term, current contracts will also be assessed as to their performance and where this is satisfactory invitations to tender will be issued for similar provision. The approximate annual spend is in the region of GBP 1 700 000;

— Home to school services: Tenders will be issued to provide transport for eligible students to educational centres. Transport is reviewed on an annual basis with new contracts usually commencing at the start of the academic year (September). The review will take into account the location of students attending each centre, current policy and student numbers. Vehicle sizes and routes are therefore subject to change. The approximate annual spend is in the region of GBP 10 000 000;

— Specialised transport services: Passenger transport provides access for young people and adults to specialised provision as it is required. Such provision is subject to short notice change meaning that contracts may end before the date stated and new contracts may be issued. The approximate annual spend is in the region of GBP 9 000 000.

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: 12/02/2018

End: 11/02/2025

This contract is subject to renewal: Yes

Description of renewals:

The DPS will be open for a period of 5 years with the option to extend up to a further 2 years. We reserve the right to extend, shorten or terminate, in part or whole, any Lot or the entire DPS at any time giving 6 months’ notice. Contracts for routes or routes within lots will be tendered as and when required throughout the lifetime of the DPS.

II.2.10) Information about variants

Variants will be accepted: Yes

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

Actual routes will be clarified within the mini-competition documentation once published. The Council anticipates that the first round of mini-competitions will be run towards the end of 5.2018 for Home to School Transport, followed by Special Educational Needs in 6.2018/ 7.2018.

Lot No: 2

II.2.1) Title

Small and specialist vehicles below 16 seats

II.2.2) Additional CPV code(s)

60100000

II.2.3) Place of performance

NUTS code:

UKH14

II.2.4) Description of the procurement

The services subject of tenders generally falls within 3 categories

— Registered local bus services: Tenders will be issued in response to changes in commercial provision where there is a requirement identified for a replacement service. Near to the end of their term, current contracts will also be assessed as to their performance and where this is satisfactory invitations to tender will be issued for similar provision. The approximate annual spend is in the region of GBP 1 700 000;

— Home to school services: Tenders will be issued to provide transport for eligible students to educational centres. Transport is reviewed on an annual basis with new contracts usually commencing at the start of the academic year (September). The review will take into account the location of students attending each centre, current policy and student numbers. Vehicle sizes and routes are therefore subject to change. The approximate annual spend is in the region of GBP 10 000 000;

— Specialised transport services: Passenger transport provides access for young people and adults to specialised provision as it is required. Such provision is subject to short notice change meaning that contracts may end before the date stated and new contracts may be issued. The approximate annual spend is in the region of GBP 9 000 000.

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: 12/02/2018

End: 11/02/2025

This contract is subject to renewal: Yes

Description of renewals:

The DPS will be open for a period of 5 years with the option to extend up to a further 2 years. We reserve the right to extend, shorten or terminate, in part or whole, any Lot or the entire DPS at any time giving 6 months’ notice.

II.2.10) Information about variants

Variants will be accepted: Yes

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

Actual routes will be clarified within the mini competition documentation once published. The Council anticipates that the first round of mini-competitions will be run towards the end of May 2018 for Home to School Transport, followed by Special Educational Needs in June/July 2018.

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:

As stated in the procurement documentation.

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

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

As stated in the procurement documentation.

III.2.2) Contract performance conditions

As stated in the procurement documentation.

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 Council may conduct some mini-competitions by way of E-Auction. In such cases, mini-competition documentation will state that this is the case.

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 expressions of interest

Date: 11/02/2025

Local time: 12:00

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

EN

Section VI: Complementary information

VI.2) Information about electronic workflows

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Suffolk County Council

Endeavour House, Russell Road

Ipswich

IP1 2BX

UK

Internet address(es)

URL: www.suffolksourcing.uk

VI.4.2) Body responsible for mediation procedures

Suffolk County Council

Endeavour House, Russell Road

Ipswich

IP1 2BX

UK

Internet address(es)

URL: www.suffolksourcing.uk

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

Suffolk County Council

Endeavour House, Russell Road

Ipswich

IP1 2BX

UK

Internet address(es)

URL: www.suffolksourcing.uk

VI.5) Date of dispatch of this notice

13/02/2018

Coding

Commodity categories

ID Title Parent category
60100000 Road transport services Transport services (excl. Waste transport)
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:
passenger.transport@suffolk.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.