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 Client Assisted Passenger Transport Service for vulnerable Children and Adults

  • First published: 08 May 2020
  • Last modified: 08 May 2020

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:
Surrey County Council
Authority ID:
AA0050
Publication date:
08 May 2020
Deadline date:
31 March 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of this Dynamic Purchasing System (DPS) is to cover all of Council passenger transport inclusive of:

1) home to school transport services to mainstream schools and special educational school in and outside the Boroughs of Surrey;

2) transport for adults with varying disabilities and older people, to and from community support services, respite centres and other provision both within and outside the Boroughs;

3) ad-hoc transport Service provided to respite/short break provision and/or after school clubs and contact centres.

Providers are expected to be experienced and operate a high level care service that caters for all the needs of the passengers and in compliance with relevant legislation. They will need to supply appropriate, responsible, client-focused staff for all passengers, especially those with challenging needs.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Surrey County Council

County Hall, Penrhyn Road

Kingston-Upon-Thames

KT1 2DW

UK

Contact person: Supplier Engagement Team

E-mail: supplier.engagment@useadam.co.uk

NUTS: UKJ2

Internet address(es)

Main address: http://surreycc.gov.uk

Address of the buyer profile: http://demand.sproc.net

I.3) Communication

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

http://demand.sproc.net


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sproc.net


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 Client Assisted Passenger Transport Service for vulnerable Children and Adults

II.1.2) Main CPV code

60170000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Surrey is a county in South East England with 11 district councils which borders Kent to the east and Hampshire to the west.

The Council is establishing a web-based Dynamic Purchasing System (DPS) to procure passenger transport services. The DPS will be open to any operator to join at any time, upon satisfying the selection criteria.

The Council is seeking to engage with the relevant market to procure passenger transport services that is reliable, safe and secure for:

(a) home to school assisted passenger transport service for SEND and mainstream school children,

(b) adults transport services.

II.1.5) Estimated total value

Value excluding VAT: 264 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

60171000

60172000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

The scope of this Dynamic Purchasing System (DPS) is to cover all of Council passenger transport inclusive of:

1) home to school transport services to mainstream schools and special educational school in and outside the Boroughs of Surrey;

2) transport for adults with varying disabilities and older people, to and from community support services, respite centres and other provision both within and outside the Boroughs;

3) ad-hoc transport Service provided to respite/short break provision and/or after school clubs and contact centres.

Providers are expected to be experienced and operate a high level care service that caters for all the needs of the passengers and in compliance with relevant legislation. They will need to supply appropriate, responsible, client-focused staff for all passengers, especially those with challenging needs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Enrolment / Weighting: 5 %

Price / Weighting:  95 %

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

One extension of 24 months at the sole discretion of the contracting authority.

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

II.2.14) Additional information

There is a scarcity of experienced providers in certain parts of the borough within Surrey County Council and the Council in partnership with Adam is engaging with the market, inviting competent transport providers to join the DPS. Suppliers should note that there is a minimum quality threshold that you must meet within the onboarding criteria, please refer the procurement documents for more info.

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:

Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net


Minimum level(s) of standards required:

General:

Dun and Bradstreet failure score (25 and above = pass)

Risk indicator (4 and above = fail)

Coach companies:

Dun and Bradstreet failure score (40 and above = pass)

Risk indicator (4 and above = fail)

Sole Traders maybe asked to provide additional financial information.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Contract performance as stated in the procurement documents which can be found at http://demand.sproc.net

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: 31/03/2026

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: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.4) Procedures for review

VI.4.1) Review body

Royal Court of Justice

Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Royal Court of Justice

Strand

London

WC2 2LL

UK

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

adam HTT Limited

The Pinnacle, 170 Midsummer Boulevard

Milton Keynes

MK9 1BP

UK

E-mail: supplier.engagement@useadam.co.uk

Internet address(es)

URL: http://demand.sproc.net/

VI.5) Date of dispatch of this notice

07/05/2020

Coding

Commodity categories

ID Title Parent category
60172000 Hire of buses and coaches with driver Hire of passenger transport vehicles with driver
60171000 Hire of passenger cars with driver Hire of passenger transport vehicles with driver
60170000 Hire of passenger transport vehicles with driver 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:
supplier.engagment@useadam.co.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.