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
Information added to the notice since publication.
Additional information added to the notice since it's publication.
No further information has been uploaded.
|
Commodity Categories
Commodity Categories
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
Delivery Locations
100 | UK - All |
Alert Region Restrictions
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions
There are no alert restrictions for this notice.
|