Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Shropshire Council
Shirehall
Shrewsbury
SY2 6ND
UK
Contact person: Procurement Team
Telephone: +44 1743252993
E-mail: procurement@shropshire.gov.uk
NUTS: UKG22
Internet address(es)
Main address: https://www.shropshire.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Hire-of-passenger-transport-vehicles-with-driver./D8X8A74692
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com
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
DMCT 386 - Passenger Transport Dynamic Purchasing System
Reference number: DMCT 386
II.1.2) Main CPV code
60170000
II.1.3) Type of contract
Services
II.1.4) Short description
Shropshire Council is establishing a new Dynamic Purchasing System for the provision of a range of passenger transport services to Shropshire Council. This will include passenger transport for pupils to and from school, local bus services for the general public, Adult Services transport to homes and centres, community/voluntary groups transport and other passenger transport services required by the Council and its partners.
II.1.5) Estimated total value
Value excluding VAT:
75 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKG22
Main site or place of performance:
Shropshire CC
II.2.4) Description of the procurement
Shropshire Council is establishing a Dynamic Purchasing System for the provision of a range of passenger transport services to Shropshire Council. This will include passenger transport for pupils to and from school, local bus services for the general public, Adult Services transport to homes and centres, community/voluntary groups transport and other passenger transport services required by the Council and its partners.
A variety of vehicles will be used and the framework will be made up of providers with the following vehicle types:
1. Non PCV vehicles (ie vehicles of 8 passenger seats or below)
2. Passenger carrying vehicles (PCV) (ie vehicles of 9 - 16 passenger seats and above)
3. Passenger carrying vehicles (PCV) (ie vehicles of 17 passenger seats and above)
4. Small vans
The DPS will consist of the following categories and Tenderers may apply for admission on to one or all of them:
•Public Transport
•School Transport
•Adult Social Care Transport (Social Services)
•SEN Transport (Special Educational Needs)
Please note the Council reserves the right to award certain routes under this framework arrangement by the use of electronic auctions.
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:
75 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
21/10/2024
End:
20/10/2029
This contract is subject to renewal: Yes
Description of renewals:
It is the intention for the DPS to be open for 5 years with the option to extend for a further 2 years.
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:
See DPS 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:
See DPS documentation
III.2.2) Contract performance conditions
See DPS documentation
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.
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 reserves the right to award certain routes under this Dynamic Purchasing System by the use of electronic auctions.
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:
30/08/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
It is the intention for the DPS to be open for 5 years with the option to extend for a further 2 years.
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=865135326
GO Reference: GO-2024719-PRO-26939666
VI.4) Procedures for review
VI.4.1) Review body
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury Shropshire
Shrewsbury
SY2 6ND
UK
Telephone: +44 1743252993
E-mail: procurement@shropshire.gov.uk
VI.5) Date of dispatch of this notice
19/07/2024