Tender

Home to School Transport Services - Portsmouth City Council - Dynamic Purchasing System

PORTSMOUTH CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

03 Jun 2021 at 14:21

Summary of the contracting process

Portsmouth City Council is inviting applications for a Dynamic Purchasing System (DPS) for Home to School Transport Services, open for transport providers to deliver essential transportation for children and young people. The procurement falls under the services category, specifically relating to the hire of passenger transport vehicles with drivers. Key dates include a supplier briefing on 14 June 2021, with applications due by 10:00 on 5 July 2021, and the DPS expected to be established by 16 July 2021. Although most routes will commence and conclude within Portsmouth, some may extend outside the authority's boundaries, reflecting the council's commitment to fulfilling statutory transport responsibilities.

This tender presents significant opportunities for businesses in the transport sector, particularly those specialising in school transport services, taxi operations, and passenger vehicle hire. Given the estimated annual value of £1.5 million, companies that are proficient in providing safe, reliable, and compliant transport services, particularly those with drivers who hold valid DBS checks and relevant licenses, are well-suited to compete. Participation in the supplier briefing will also be beneficial for understanding specific operational requirements and performance expectations, positioning interested businesses to effectively engage in future mini-competitions as the DPS evolves.

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

Home to School Transport Services - Portsmouth City Council - Dynamic Purchasing System

Notice Description

Portsmouth City Council (the council) is inviting applications from transport providers to deliver home to school transport services on behalf of the council. These services are required to support the council fulfil its statutory responsibility to transport children and young people who meet specific criteria from home to both mainstream and special schools. The majority of routes start and end in Portsmouth, however there are occasions when longer routes, starting and/or ending outside of the authority will be required. The total value of call-offs to be awarded via the DPS is estimated to be in the region of PS1.5million per annum. The initial term of the DPS will be 5 years with the option to extend in increments to be decided, on a rolling basis with no maximum term set. The majority of call-offs will be awarded via mini-competition across all DPS suppliers. However, the council reserves the right to award call-offs without a mini-competition in the following circumstances: * Where time is of the essence * Where the child or young person's needs are specific to mean that only one supplier can fulfil the requirements * Where a route will not run regularly or will be subject to significant change Awards made without mini-competition will be based on factors including but not limited to the needs of the child or young person, vehicle type available, price per mile and supplier performance. There is no minimum term for call-offs. While most call-offs will be awarded for at least the academic year, there may be changes to circumstances which require routes to be terminated, changed or awarded mid-year. Call-offs will be awarded for a maximum term of 3 years, with the option to extend in increments to be agreed, to a maximum of 5 years. In exceptional circumstances call-off contracts may be extended beyond 5 years. These circumstances include: * Where the needs of a child or young person can only be met by a specific vehicle type and this is held by one operator only and these needs will not change * Where changes to the service would cause significant disruption to a child or young person's ability to attend school * Where conditions in the wider environment mean extensions are required to prevent service disruption. For example, where local or national polices directly impacting service delivery are in the process of being updated, or where global political situations significantly increase the cost of fuel or other operating costs resulting in unaffordable cost increases for the council. To assist suppliers with their application, the council is holding a supplier briefing on 14 June 2021 at 10:30am. This will include an explanation of service requirements, driver conduct, performance expectations, documentation, the application process and how the DPS will operate. Suppliers wishing to attend the session or receive a copy of the recording should refer to the tender documents. This DPS is being established to replace and update Lot 1 of the council's existing DPS for home to school transport. Lot 1 of the original DPS will be de-activated, with no new applications accepted and no further call-offs awarded via the DPS. The existing DPS includes for Lot 2 which covers ad hoc travel and which will remain open. The council reserves the right to add additional Lots to this new DPS in the future, particularly in respect of ad-hoc travel requirements the council may have. If established, Lot 2 of the existing DPS will be closed. The procurement will run to the following timetable: * Supplier briefing - 10:30 on 14 June 2021 * Return date - 10:00 on 5th July 2021 * DPS established - 16th July 2021 * First mini-competition launched - week commencing 19th July 2021 While the DPS will remain open for applications, suppliers wishing to be included within the mini-competitions for new routes for the 2021/22 academic year must submit their applications by 10:00 on 5th July 2021.

Lot Information

Home to School Transport

The council provides a home to school transport service for mainstream and special schools for children and young people who meet specific criteria. As part of this service, the council uses local transport services including private hire vehicles, minibuses and hackney carriages to transport children and young people to their place of education. Where required, children and young people will be accompanied by a passenger assistant employed by the council. This is not the case for all routes and a number of children and young people are unaccompanied during the journey. As a result, the council must ensure that any drivers transporting children adhere to a strict standard of behaviour and possess a current DBS check. Full details of requirements can be found in the Driver Handbook within the tender documents. The majority of call-offs will be awarded via mini-competition across all DPS suppliers. However, the council reserves the right to award call-offs without a mini-competition in the following circumstances: * Where time is of the essence * Where the child or young person's needs are specific to mean that only one supplier can fulfil the requirements * Where a route will not run regularly or will be subject to significant change Awards made without mini-competition will be based on factors including but not limited to the needs of the child or young person, vehicle type available, price per mile and supplier performance. There is no minimum term for call-offs. While most call-offs will be awarded for at least the academic year, there may be changes to circumstances which require routes to be terminated, changed or awarded mid-year. Call-offs will be awarded for a maximum term of 3 years, with the option to extend in increments to be agreed, to a maximum of 5 years. In exceptional circumstances call-off contracts may be extended beyond 5 years. These circumstances include: * Where the needs of a child or young person can only be met by a specific vehicle type and this is held by one operator only and these needs will not change * Where changes to the service would cause significant disruption to a child or young person's ability to attend school * Where conditions in the wider environment mean extensions are required to prevent service disruption. For example, where local or national polices directly impacting service delivery are in the process of being updated, or where global political situations significantly increase the cost of fuel resulting in unaffordable cost increases for the council.

Options: There is no minimum term for call-offs. While most call-offs will be awarded for at least the academic year, there may be changes to circumstances which require routes to be terminated, changed or awarded mid-year. Call-offs will be awarded for a maximum term of 3 years, with the option to extend in increments to be agreed, to a maximum of 5 years. In exceptional circumstances call-off contracts may be extended beyond 5 years. These circumstances include: * Where the needs of a child or young person can only be met by a specific vehicle type and this is held by one operator only and these needs will not change * Where changes to the service would cause significant disruption to a child or young person's ability to attend school * Where conditions in the wider environment mean extensions are required to prevent service disruption. For example, where local or national polices directly impacting service delivery are in the process of being updated, or where global political situations significantly increase the cost of fuel resulting in unaffordable cost increases for the council.

Renewal: The initial term of the DPS will be 5 years with the option to extend in increments to be determined by the council, on a rolling basis with no maximum term. Therefore the DPS mayrun indefinitely.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b821
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012463-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

60 - Transport services (excl. Waste transport)


CPV Codes

60120000 - Taxi services

60130000 - Special-purpose road passenger-transport services

60170000 - Hire of passenger transport vehicles with driver

Notice Value(s)

Tender Value
£75,000,000 £10M-£100M
Lots Value
£75,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Jun 20214 years ago
Submission Deadline
5 Jul 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
Contact Name
Procurement Service
Contact Email
procurement@portsmouthcc.gov.uk
Contact Phone
+44 2392688235

Buyer Location

Locality
PORTSMOUTH
Postcode
PO1 2AL
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
TLJ2 Surrey, East and West Sussex, TLJ3 Hampshire and Isle of Wight

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

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-h6vhtk-02b821-2021-06-03T15:21:27+01:00",
    "date": "2021-06-03T15:21:27+01:00",
    "ocid": "ocds-h6vhtk-02b821",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02b821",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Home to School Transport Services - Portsmouth City Council - Dynamic Purchasing System",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "60170000",
            "description": "Hire of passenger transport vehicles with driver"
        },
        "mainProcurementCategory": "services",
        "description": "Portsmouth City Council (the council) is inviting applications from transport providers to deliver home to school transport services on behalf of the council. These services are required to support the council fulfil its statutory responsibility to transport children and young people who meet specific criteria from home to both mainstream and special schools. The majority of routes start and end in Portsmouth, however there are occasions when longer routes, starting and/or ending outside of the authority will be required. The total value of call-offs to be awarded via the DPS is estimated to be in the region of PS1.5million per annum. The initial term of the DPS will be 5 years with the option to extend in increments to be decided, on a rolling basis with no maximum term set. The majority of call-offs will be awarded via mini-competition across all DPS suppliers. However, the council reserves the right to award call-offs without a mini-competition in the following circumstances: * Where time is of the essence * Where the child or young person's needs are specific to mean that only one supplier can fulfil the requirements * Where a route will not run regularly or will be subject to significant change Awards made without mini-competition will be based on factors including but not limited to the needs of the child or young person, vehicle type available, price per mile and supplier performance. There is no minimum term for call-offs. While most call-offs will be awarded for at least the academic year, there may be changes to circumstances which require routes to be terminated, changed or awarded mid-year. Call-offs will be awarded for a maximum term of 3 years, with the option to extend in increments to be agreed, to a maximum of 5 years. In exceptional circumstances call-off contracts may be extended beyond 5 years. These circumstances include: * Where the needs of a child or young person can only be met by a specific vehicle type and this is held by one operator only and these needs will not change * Where changes to the service would cause significant disruption to a child or young person's ability to attend school * Where conditions in the wider environment mean extensions are required to prevent service disruption. For example, where local or national polices directly impacting service delivery are in the process of being updated, or where global political situations significantly increase the cost of fuel or other operating costs resulting in unaffordable cost increases for the council. To assist suppliers with their application, the council is holding a supplier briefing on 14 June 2021 at 10:30am. This will include an explanation of service requirements, driver conduct, performance expectations, documentation, the application process and how the DPS will operate. Suppliers wishing to attend the session or receive a copy of the recording should refer to the tender documents. This DPS is being established to replace and update Lot 1 of the council's existing DPS for home to school transport. Lot 1 of the original DPS will be de-activated, with no new applications accepted and no further call-offs awarded via the DPS. The existing DPS includes for Lot 2 which covers ad hoc travel and which will remain open. The council reserves the right to add additional Lots to this new DPS in the future, particularly in respect of ad-hoc travel requirements the council may have. If established, Lot 2 of the existing DPS will be closed. The procurement will run to the following timetable: * Supplier briefing - 10:30 on 14 June 2021 * Return date - 10:00 on 5th July 2021 * DPS established - 16th July 2021 * First mini-competition launched - week commencing 19th July 2021 While the DPS will remain open for applications, suppliers wishing to be included within the mini-competitions for new routes for the 2021/22 academic year must submit their applications by 10:00 on 5th July 2021.",
        "value": {
            "amount": 75000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "awardCriteriaDetails": "The council has an existing DPS for the provision of Commissioned Transport Services that is made up of 2 lots - Lot 1 for Home to School Transport and Lot 2 for ad-hoc and emergency transport. The resulting DPS established from this notice will replace Lot 1 of the existing system noted above which will be closed. Lot 2 from this system will remain open and will continue to be used by the council. The council reserves the right to establish a second Lot in this newly established DPS for ad hoc travel requirements for the council as a whole. If utilised, Lot 2 from the old system will be closed."
        },
        "lots": [
            {
                "id": "1",
                "title": "Home to School Transport",
                "description": "The council provides a home to school transport service for mainstream and special schools for children and young people who meet specific criteria. As part of this service, the council uses local transport services including private hire vehicles, minibuses and hackney carriages to transport children and young people to their place of education. Where required, children and young people will be accompanied by a passenger assistant employed by the council. This is not the case for all routes and a number of children and young people are unaccompanied during the journey. As a result, the council must ensure that any drivers transporting children adhere to a strict standard of behaviour and possess a current DBS check. Full details of requirements can be found in the Driver Handbook within the tender documents. The majority of call-offs will be awarded via mini-competition across all DPS suppliers. However, the council reserves the right to award call-offs without a mini-competition in the following circumstances: * Where time is of the essence * Where the child or young person's needs are specific to mean that only one supplier can fulfil the requirements * Where a route will not run regularly or will be subject to significant change Awards made without mini-competition will be based on factors including but not limited to the needs of the child or young person, vehicle type available, price per mile and supplier performance. There is no minimum term for call-offs. While most call-offs will be awarded for at least the academic year, there may be changes to circumstances which require routes to be terminated, changed or awarded mid-year. Call-offs will be awarded for a maximum term of 3 years, with the option to extend in increments to be agreed, to a maximum of 5 years. In exceptional circumstances call-off contracts may be extended beyond 5 years. These circumstances include: * Where the needs of a child or young person can only be met by a specific vehicle type and this is held by one operator only and these needs will not change * Where changes to the service would cause significant disruption to a child or young person's ability to attend school * Where conditions in the wider environment mean extensions are required to prevent service disruption. For example, where local or national polices directly impacting service delivery are in the process of being updated, or where global political situations significantly increase the cost of fuel resulting in unaffordable cost increases for the council.",
                "value": {
                    "amount": 75000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial term of the DPS will be 5 years with the option to extend in increments to be determined by the council, on a rolling basis with no maximum term. Therefore the DPS mayrun indefinitely."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "There is no minimum term for call-offs. While most call-offs will be awarded for at least the academic year, there may be changes to circumstances which require routes to be terminated, changed or awarded mid-year. Call-offs will be awarded for a maximum term of 3 years, with the option to extend in increments to be agreed, to a maximum of 5 years. In exceptional circumstances call-off contracts may be extended beyond 5 years. These circumstances include: * Where the needs of a child or young person can only be met by a specific vehicle type and this is held by one operator only and these needs will not change * Where changes to the service would cause significant disruption to a child or young person's ability to attend school * Where conditions in the wider environment mean extensions are required to prevent service disruption. For example, where local or national polices directly impacting service delivery are in the process of being updated, or where global political situations significantly increase the cost of fuel resulting in unaffordable cost increases for the council."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "60120000",
                        "description": "Taxi services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60130000",
                        "description": "Special-purpose road passenger-transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60170000",
                        "description": "Hire of passenger transport vehicles with driver"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ2"
                    },
                    {
                        "region": "UKJ3"
                    }
                ],
                "deliveryLocation": {
                    "description": "The majority of contracts awarded through the DPS will be in respect of home to school routes that start and end within the council boundary. However, there are occasions when the council retains responsibility for children that live outside of its boundary, or are required to transport children to a school outside of its boundary. The exact locations of these routes cannot be identified or predicted but service providers will be expected to be able to deliver these requirements as they arise."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/portsmouthcc/aspx/Home",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "All applicants must be able to provide drivers that hold the relevant licences and DBS certifications.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasDynamicPurchasingSystem": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-07-05T10:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-11089",
            "name": "PORTSMOUTH CITY COUNCIL",
            "identifier": {
                "legalName": "PORTSMOUTH CITY COUNCIL"
            },
            "address": {
                "streetAddress": "City Council",
                "locality": "Portsmouth",
                "region": "UKJ31",
                "postalCode": "PO1 2AL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Service",
                "telephone": "+44 2392688235",
                "email": "procurement@portsmouthcc.gov.uk",
                "url": "https://in-tendhost.co.uk/portsmouthcc/aspx/Home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://in-tendhost.co.uk/portsmouthcc/aspx/Home",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1579",
            "name": "The High Court of Justice",
            "identifier": {
                "legalName": "The High Court of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-11089",
        "name": "PORTSMOUTH CITY COUNCIL"
    },
    "language": "en"
}