Tender

Children's Transport Services

THURROCK COUNCIL

This public procurement record has 2 releases in its history.

TenderAmendment

04 Feb 2019 at 13:14

Tender

16 Jan 2019 at 19:28

Summary of the contracting process

Thurrock Council is currently seeking submissions for the "Children's Transport Services" framework, which aims to provide various transport services primarily for children. This procurement is classified under the "Public road transport services" industry category, with the contract period set to commence on 31st July 2019 and conclude on 30th July 2023. The tender process is in the planning stage, with an end date for tender submissions on 18th February 2019. The buying organisation's address is New Road, Grays, Essex, RM17 6SL, located in the East of England, UK. This is an open procurement method, which allows for competitive bidding from a wide range of suppliers.

This tender presents substantial opportunities for growth, especially for small and medium-sized enterprises (SMEs) specialising in transport services. Companies that offer transportation solutions tailored to the needs of children, including those with special educational needs, would be particularly well-suited to apply. Additionally, businesses that can provide adaptable transport for both school journeys and social care could find significant value in this framework, thereby enhancing their market presence and service offerings in the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Children's Transport Services

Notice Description

Thurrock Council is seeking to commission a framework of transport to deliver a range of transport services primarily for children, although Lot 3 usage may include adult users and/or staff Journeys. There are a variety of Routes and call off arrangements to be used for the operation of the framework, described within this specification as "the Service". The Children's Transport framework is set out in three (3) lots: Lot 1 - Children's Mainstream Home to School Lot 2 - Children's SEND (Special Educational Needs and Disability) Home to School Lot 3 - Ad-hoc and Social Care Journeys Additional information: 4. INSTRUCTIONS TO TENDERERS Tenderers must register with the In-Tend online portal either directly or via Thurrock Council's website Business (Contract Opportunities) page using the following links: https://www.in-tendhost.co.uk/thurrockcouncil/aspx/Home https://www.in-tendhost.co.uk/thurrockcouncil/ 4.1 INVITATION TO TENDER Please read this ITT carefully and ensure that you are fully familiar with the nature and extent of the obligations on you if your Tender is successful. Only one Tender is permitted per Tenderer. If a Tenderer submits more than one Tender, only the one with the latest time and date of receipt noted will be evaluated, any other Tenders will be disregarded. Please note that this does not relate to the submission of separate Tender Responses if you are applying for more than one lot. If you have been asked to apply for more than one lot, then you must submit a separate Tender for each lot that you are applying for, marking each Tender clearly to indicate which lot it relates to. If you wish any aspect of your Tender to be evaluated for more than one lot this must be clearly stated, as the Tenders for each lot will be evaluated separately. All documents submitted as part of your Tender must be written in English or a full English language translation provided at no cost to the Council. Only the translated English version will be evaluated. All documents requiring a signature must be signed as follows: a) Where the Tenderer is a company, by two directors or by a director and the secretary of the company, provided that such persons are authorised for this role; or b) Where the Tenderer is an individual, by that individual; or c) Where the Tenderer is a partnership, by at least two duly authorised partners. Failure to provide all of the information required or to meet the requirements of this document may result in your Tender not being considered by the Council due to it being a non-compliant Tender. 4.2 FURTHER INFORMATION If you have any questions or require any clarification please email using the correspondence facility on the In-Tend system no later than the Clarification Deadline. Questions received after the Clarification Deadline will not be answered. Tenderers are advised that it is solely their responsibility to ensure that clarification questions do not identify their organisation. Tenderers are advised that under no circumstances must they make contact with the Council or their representatives concerning any aspects of this Tender process other than by the Council's procurement portal - In-tend. Failure to do this may result in disqualification from this Tender process. Please note that any questions submitted and the Council's responses may, at the Council's discretion, be circulated to all Tenderers, subject to the Council accepting an assertion made by a Tenderer at the time of question submission that the subject matter of a question relates specifically to a Tenderer's response and is therefore confidential. The Council reserves the right to issue supplementary documentation at any time during the Tendering process to clarify or amend any aspect of the ITT or any of the documents referred to in the ITT. All such further documentation shall be deemed to form part of the ITT and shall supersede any part of the ITT to the extent indicated. 4.3 EMAILS SENT THROUGH IN-TEND Tenderers must diligently monitor the inboxes of all registered email addresses for incoming messages from the Council throughout the tendering process and up until final contract award. The Council is not liable for any loss or damages resulting from a Tenderer overlooking email correspondence. Tenderers may be excluded from a tender process for not responding to the Council within the stipulated timescales. 4.4 SUBMISSION OF TENDERS Completed Tenders must be returned online via the In-Tend system. Fax, postal and email submissions will not be considered. Failure to return your Tender in the correct manner may result in your exclusion from consideration for the Contract. Tenderers must allow sufficient time before the Closing Date to upload and submit their Tender. The Council reserves the right to reject Tenders received after the Closing Date. Is a Recurrent Procurement Type? : No

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f8815d58-fc19-48b9-a4d2-1ac424634a50
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/459f94bb-0c4e-43e6-b9d6-268d049984cd
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

60 - Transport services (excl. Waste transport)


CPV Codes

60112000 - Public road transport services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Feb 20197 years ago
Submission Deadline
1 Mar 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jul 2019 - 30 Jul 2023 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THURROCK COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
ESSEX
Postcode
RM17 6SL
Post Town
Romford
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH3 Essex
Small Region (ITL 3)
TLH32 Thurrock
Delivery Location
Not specified

Local Authority
Thurrock
Electoral Ward
Grays Riverside
Westminster Constituency
Thurrock

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-f8815d58-fc19-48b9-a4d2-1ac424634a50-2019-02-04T13:14:32Z",
    "date": "2019-02-04T13:14:32Z",
    "ocid": "ocds-b5fd17-f8815d58-fc19-48b9-a4d2-1ac424634a50",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PS/2018/270",
        "title": "Children's Transport Services",
        "description": "Thurrock Council is seeking to commission a framework of transport to deliver a range of transport services primarily for children, although Lot 3 usage may include adult users and/or staff Journeys. There are a variety of Routes and call off arrangements to be used for the operation of the framework, described within this specification as \"the Service\". The Children's Transport framework is set out in three (3) lots: Lot 1 - Children's Mainstream Home to School Lot 2 - Children's SEND (Special Educational Needs and Disability) Home to School Lot 3 - Ad-hoc and Social Care Journeys Additional information: 4. INSTRUCTIONS TO TENDERERS Tenderers must register with the In-Tend online portal either directly or via Thurrock Council's website Business (Contract Opportunities) page using the following links: https://www.in-tendhost.co.uk/thurrockcouncil/aspx/Home https://www.in-tendhost.co.uk/thurrockcouncil/ 4.1 INVITATION TO TENDER Please read this ITT carefully and ensure that you are fully familiar with the nature and extent of the obligations on you if your Tender is successful. Only one Tender is permitted per Tenderer. If a Tenderer submits more than one Tender, only the one with the latest time and date of receipt noted will be evaluated, any other Tenders will be disregarded. Please note that this does not relate to the submission of separate Tender Responses if you are applying for more than one lot. If you have been asked to apply for more than one lot, then you must submit a separate Tender for each lot that you are applying for, marking each Tender clearly to indicate which lot it relates to. If you wish any aspect of your Tender to be evaluated for more than one lot this must be clearly stated, as the Tenders for each lot will be evaluated separately. All documents submitted as part of your Tender must be written in English or a full English language translation provided at no cost to the Council. Only the translated English version will be evaluated. All documents requiring a signature must be signed as follows: a) Where the Tenderer is a company, by two directors or by a director and the secretary of the company, provided that such persons are authorised for this role; or b) Where the Tenderer is an individual, by that individual; or c) Where the Tenderer is a partnership, by at least two duly authorised partners. Failure to provide all of the information required or to meet the requirements of this document may result in your Tender not being considered by the Council due to it being a non-compliant Tender. 4.2 FURTHER INFORMATION If you have any questions or require any clarification please email using the correspondence facility on the In-Tend system no later than the Clarification Deadline. Questions received after the Clarification Deadline will not be answered. Tenderers are advised that it is solely their responsibility to ensure that clarification questions do not identify their organisation. Tenderers are advised that under no circumstances must they make contact with the Council or their representatives concerning any aspects of this Tender process other than by the Council's procurement portal - In-tend. Failure to do this may result in disqualification from this Tender process. Please note that any questions submitted and the Council's responses may, at the Council's discretion, be circulated to all Tenderers, subject to the Council accepting an assertion made by a Tenderer at the time of question submission that the subject matter of a question relates specifically to a Tenderer's response and is therefore confidential. The Council reserves the right to issue supplementary documentation at any time during the Tendering process to clarify or amend any aspect of the ITT or any of the documents referred to in the ITT. All such further documentation shall be deemed to form part of the ITT and shall supersede any part of the ITT to the extent indicated. 4.3 EMAILS SENT THROUGH IN-TEND Tenderers must diligently monitor the inboxes of all registered email addresses for incoming messages from the Council throughout the tendering process and up until final contract award. The Council is not liable for any loss or damages resulting from a Tenderer overlooking email correspondence. Tenderers may be excluded from a tender process for not responding to the Council within the stipulated timescales. 4.4 SUBMISSION OF TENDERS Completed Tenders must be returned online via the In-Tend system. Fax, postal and email submissions will not be considered. Failure to return your Tender in the correct manner may result in your exclusion from consideration for the Contract. Tenderers must allow sufficient time before the Closing Date to upload and submit their Tender. The Council reserves the right to reject Tenders received after the Closing Date. Is a Recurrent Procurement Type? : No",
        "datePublished": "2019-01-16T19:28:51Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "60112000",
            "description": "Public road transport services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "RM17 6SL"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "RM17 6SL"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2019-03-01T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-07-31T00:00:00+01:00",
            "endDate": "2023-07-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/459f94bb-0c4e-43e6-b9d6-268d049984cd",
                "datePublished": "2019-02-04T13:14:32Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Additional information on how to apply for this contract",
                "url": "https://in-tendhost.co.uk/thurrockcouncil/aspx/"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-72454",
            "name": "Thurrock Council",
            "identifier": {
                "legalName": "Thurrock Council"
            },
            "address": {
                "streetAddress": "New Road, Grays",
                "locality": "Essex",
                "postalCode": "RM17 6SL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Margaret Gozna",
                "email": "mgozna@thurrock.gov.uk",
                "telephone": "01375 652401"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-72454",
        "name": "Thurrock Council"
    }
}