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

Children and Young People's Travel Service: Transport Services

  • First published: 26 May 2023
  • Last modified: 26 May 2023

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-03cf96
Published by:
Birmingham City Council
Authority ID:
AA22066
Publication date:
26 May 2023
Deadline date:
30 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Lot 1 will have a maximum of 20 successful tenderers on the Framework to deliver all the minibus contracts. Call off will be via further competition based on requirements, and individual requirements will be packaged based on needs. Lot 1 also has the option of a direct award where required, for example in urgent circumstances.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Birmingham City Council

10 Woodcock Street

Birmingham

B4 7WB

UK

Contact person: Corporate Procurement Services

E-mail: etendering@birmingham.gov.uk

NUTS: UKG31

Internet address(es)

Main address: www.finditinbirmingham.com

Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc

I.3) Communication

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

www.in-tendhost.co.uk/birminghamcc


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.in-tendhost.co.uk/birminghamcc


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

Children and Young People's Travel Service: Transport Services

Reference number: P1216

II.1.2) Main CPV code

60000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Birmingham City Council is seeking tenders from suitable tenderers that wish to be appointed to a Framework Agreement for the provision of the Service. The Service required will primarily be to transport vulnerable children and young people to and from schools and colleges. Birmingham City Council must meet the statutory requirements relating to home to school transport and sustainable travel. The Council is the largest service of its kind in the country providing transport services (vehicles, drivers and passenger assistants) to support over 4,500 children and young people with SEND. There are over 1,200 transport routes operated each day and, as at early September 2022, approximately 920 of these routes require passenger assistants to support the needs of these children and young people. The Framework Agreement will be in two Lots and will be awarded to multiple suppliers.

II.1.5) Estimated total value

Value excluding VAT: 450 000 000.00  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

Minibus (For 9-seat or more vehicles)

II.2.2) Additional CPV code(s)

34114400

34120000

60000000

60112000

60130000

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

II.2.4) Description of the procurement

Lot 1 will have a maximum of 20 successful tenderers on the Framework to deliver all the minibus contracts. Call off will be via further competition based on requirements, and individual requirements will be packaged based on needs. Lot 1 also has the option of a direct award where required, for example in urgent circumstances.

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

Duration in months: 48

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

II.2.14) Additional information

Lot No: 2

II.2.1) Title

Taxi: (vehicles that can provide 8 passenger seats or less)

II.2.2) Additional CPV code(s)

60000000

34100000

34115200

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

II.2.4) Description of the procurement

Lot 2 will have a maximum of 35 suppliers and call off will be via direct award based on vehicle type and pricing. Once the Framework Agreement commences and there is a requirement, the Council will directly award that requirement via a direct Call-Off Contracts to the supplier who achieved the highest ranking in total combined score (quality and price) against the required vehicle type/category. Call off requirement will be based on vehicle type. Where an award is made to the highest-ranking supplier in terms of a particular vehicle type, confirmation of award to that supplier on the framework will be subject to the supplier having sufficient capacity to undertake the work and its acceptance of the Call-Off Contract (thereby fulfilling the demands of the specification). If suppliers do not have sufficient capacity against the required vehicle type the Council will directly award call off contracts to the supplier who has achieved the second highest total combined score (quality and price). This process will be followed for all suppliers who will be ranked sequentially in order of their total combined score with the lowest scoring tenderer ranked last in order to form a "league table" for each vehicle type/category.

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

Duration in months: 48

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: Yes

Description of options:

Taxi Provision will be for up to 2 or 3 years for children aged 5-16 and anticipated call of contract for young people aged 16 and above (post 16), will be for 1 year or more. These call offs will have the flexibility of potential extension should it be required, depending on the specific requirements.

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

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:

Further details will be provided in the tender 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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.

Envisaged maximum number of participants to the framework agreement: 55

Justification for any framework agreement duration exceeding 4 years: Will not exceed 4 years

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: 30/06/2023

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

IV.2.7) Conditions for opening of tenders

Date: 30/06/2023

Local time: 12:00

Place:

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant Invitation to Tender (ITT) documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: cps@birmingham.gov.uk Your completed tender submission should be returned by noon on 30th June 2023 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

25/05/2023

Coding

Commodity categories

ID Title Parent category
34114400 Minibuses Specialist vehicles
34100000 Motor vehicles Transport equipment and auxiliary products to transportation
34120000 Motor vehicles for the transport of 10 or more persons Motor vehicles
34115200 Motor vehicles for the transport of fewer than 10 persons Other passenger cars
60112000 Public road transport services Road transport services
60130000 Special-purpose road passenger-transport services Road transport services
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:
etendering@birmingham.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.