Tender

For a Dynamic Purchasing System for Home to School Mainstream, Special Educational Needs & Disabilities, Pupil Referral Units, Post 16 College, Short Term Care and Adult & Child Social Care Transport

BUCKINGHAMSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

07 Aug 2024 at 13:56

Summary of the contracting process

Buckinghamshire Council is seeking to establish a Dynamic Purchasing System (DPS) for the provision of road transport services, specifically targeting home to school, special educational needs and disabilities, post-16 college, short-term care, and adult and child social care transport. This procurement, classified under the 'services' category, is conducted using a restricted procedure according to Regulation 28 of the Public Contracts Regulations 2015. The DPS procurement process, which commenced on 1st September 2019, will operate initially for a five-year period, with the possibility of a two-year extension. The submission deadline for participation is set for 27th October 2028. The services will primarily be delivered within Buckinghamshire's administrative area, although they may occasionally extend beyond this region. The DPS is divided into several 'Lots' based on vehicle types, including 4 to 8 seat vehicles, 9 to 16 seat vehicles, wheelchair accessible vehicles, specialist transport services, emergency transport, and PSV passenger transport services.

This tender process offers significant opportunities for businesses involved in road transport services. It is particularly suitable for companies specialising in passenger transport, including services tailored for children, young people, and vulnerable adults. By joining the DPS, suppliers can access numerous contract opportunities, both for long-term and short-term engagements, enhancing their chances for business growth. However, businesses should note that being part of the DPS does not guarantee a contract award, as the council may opt for other procurement methods. Firms with robust economic and financial standing and demonstrated technical and professional ability will be well-positioned to compete. This procurement could benefit small to medium-sized transport companies, especially those with specialized vehicles like wheelchair accessible and emergency transport options, broadening their client base and revenue streams through local government projects.

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

For a Dynamic Purchasing System for Home to School Mainstream, Special Educational Needs & Disabilities, Pupil Referral Units, Post 16 College, Short Term Care and Adult & Child Social Care Transport

Notice Description

This FTS notice is to cover previous OJEU Advert details below: Submission date: 15/02/2019 Document number: 2019-000002 Submission ID: 20190215-005732 Buckinghamshire County Council (the Council) is seeking to establish a Dynamic Purchasing System ("DPS") for the provision of certain transport services to children and vulnerable adults (the Services). The Council is conducting the procurement using the restricted procedure as set out in Regulation 28 of the Public Contracts Regulations 2015 (the Regulations). In accordance with Regulation 34 (18), the Council is extending the time frame for the evaluation of initial Requests to Participate to up to 6 weeks to carry out robust due diligence checks on Suppliers' suitability to be admitted to the DPS and on their economic and financial standing, and technical and professional ability. Under Regulation 59 we will also require documentary evidence to be submitted with Requests to Participate and at any other time to ensure the proper conduct of the procedure. The DPS is part of the Council's suite of transport arrangements and will be used for procurement of transport for both long and short term contracts, alongside other procurement methods. Suppliers should therefore note that the DPS will not be an exclusive arrangement and the Council may award transport contracts to other suppliers on any alternative basis. The DPS will be divided into "Lots". The Lots are based on the different types of vehicle that the Council requires. The people requiring the Services will be children and young people attending mainstream schools, special schools and pupil referral units and Social Care service users (children and adults) and, potentially, other individual Council service users. The majority of Services will be delivered within the Council's administrative area but from time to time Services will also be required to be provided outside the Council's administrative area. The Lots are: 1. 4 to 8 Seat Vehicles 2. 9 to 16 Seat Vehicles 3. Wheelchair Accessible Vehicles 4. Specialist Transport Services (e.g. Ambulance, Secure Transport) 5. Emergency Transport (call off within 1 hour - 24 hour requirement) 6. PSV Passenger Transport Services (e.g. Home to School) The Council cannot forecast likely demand or volumes for the Services or for any of the Lots. Appointment of a Supplier to the DPS is no guarantee that the Supplier will actually receive instructions from the Council to deliver Services. Suppliers may apply for appointment to as many Lots as they wish. The DPS will operate for a period of five years commencing on or around 1st September 2019. The Council will have the option, at its discretion, to extend the period of operation of the DPS for a further period or periods of up to two years and reserves the right under Regulation 34 (28) to give notice of any changes to the validity of the DPS. Suppliers that wish to be appointed to the DPS are required to complete a Selection Questionnaire ("SQ"). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Council, will be appointed to the DPS to the Lots for

Lot Information

Lot 1

Buckinghamshire County Council (the Council) is seeking to establish a Dynamic Purchasing System ("DPS") for the provision of certain transport services to children and vulnerable adults (the Services). The Council is conducting the procurement using the restricted procedure as set out in Regulation 28 of the Public Contracts Regulations 2015 (the Regulations). In accordance with Regulation 34 (18), the Council is extending the time frame for the evaluation of initial Requests to Participate to up to 6 weeks to carry out robust due diligence checks on Suppliers' suitability to be admitted to the DPS and on their economic and financial standing, and technical and professional ability. Under Regulation 59 we will also require documentary evidence to be submitted with Requests to Participate and at any other time to ensure the proper conduct of the procedure. The DPS is part of the Council's suite of transport arrangements and will be used for procurement of transport for both long and short term contracts, alongside other procurement methods. Suppliers should therefore note that the DPS will not be an exclusive arrangement and the Council may award transport contracts to other suppliers on any alternative basis. The DPS will be divided into "Lots". The Lots are based on the different types of vehicle that the Council requires. The people requiring the Services will be children and young people attending mainstream schools, special schools and pupil referral units and Social Care service users (children and adults) and, potentially, other individual Council service users. The majority of Services will be delivered within the Council's administrative area but from time to time Services will also be required to be provided outside the Council's administrative area. The Lots are: 1. 4 to 8 Seat Vehicles 2. 9 to 16 Seat Vehicles 3. Wheelchair Accessible Vehicles 4. Specialist Transport Services (e.g. Ambulance, Secure Transport) 5. Emergency Transport (call off within 1 hour - 24 hour requirement) 6. PSV Passenger Transport Services (e.g. Home to School) The Council cannot forecast likely demand or volumes for the Services or for any of the Lots. Appointment of a Supplier to the DPS is no guarantee that the Supplier will actually receive instructions from the Council to deliver Services. Suppliers may apply for appointment to as many Lots as they wish. The DPS will operate for a period of five years commencing on or around 1st September 2019. The Council will have the option, at its discretion, to extend the period of operation of the DPS for a further period or periods of up to two years and reserves the right under Regulation 34 (28) to give notice of any changes to the validity of the DPS. Suppliers that wish to be appointed to the DPS are required to complete a Selection Questionnaire ("SQ"). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Council, will be appointed to the DPS to the Lots for

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-048890
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024890-2024
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

60100000 - 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
7 Aug 20241 years ago
Submission Deadline
27 Oct 20283 years to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2019 - 27 Oct 2028 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
BUCKINGHAMSHIRE COUNCIL
Contact Name
Mr Paras Syal
Contact Email
paras.syal@buckinghamshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
AYLESBURY
Postcode
HP20 1UA
Post Town
Hemel Hempstead
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ13 Buckinghamshire
Delivery Location
TLJ South East (England)

Local Authority
Buckinghamshire
Electoral Ward
Aylesbury North
Westminster Constituency
Aylesbury

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-048890-2024-08-07T14:56:09+01:00",
    "date": "2024-08-07T14:56:09+01:00",
    "ocid": "ocds-h6vhtk-048890",
    "initiationType": "tender",
    "tender": {
        "id": "DN387269",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "For a Dynamic Purchasing System for Home to School Mainstream, Special Educational Needs & Disabilities, Pupil Referral Units, Post 16 College, Short Term Care and Adult & Child Social Care Transport",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "60100000",
            "description": "Road transport services"
        },
        "mainProcurementCategory": "services",
        "description": "This FTS notice is to cover previous OJEU Advert details below: Submission date: 15/02/2019 Document number: 2019-000002 Submission ID: 20190215-005732 Buckinghamshire County Council (the Council) is seeking to establish a Dynamic Purchasing System (\"DPS\") for the provision of certain transport services to children and vulnerable adults (the Services). The Council is conducting the procurement using the restricted procedure as set out in Regulation 28 of the Public Contracts Regulations 2015 (the Regulations). In accordance with Regulation 34 (18), the Council is extending the time frame for the evaluation of initial Requests to Participate to up to 6 weeks to carry out robust due diligence checks on Suppliers' suitability to be admitted to the DPS and on their economic and financial standing, and technical and professional ability. Under Regulation 59 we will also require documentary evidence to be submitted with Requests to Participate and at any other time to ensure the proper conduct of the procedure. The DPS is part of the Council's suite of transport arrangements and will be used for procurement of transport for both long and short term contracts, alongside other procurement methods. Suppliers should therefore note that the DPS will not be an exclusive arrangement and the Council may award transport contracts to other suppliers on any alternative basis. The DPS will be divided into \"Lots\". The Lots are based on the different types of vehicle that the Council requires. The people requiring the Services will be children and young people attending mainstream schools, special schools and pupil referral units and Social Care service users (children and adults) and, potentially, other individual Council service users. The majority of Services will be delivered within the Council's administrative area but from time to time Services will also be required to be provided outside the Council's administrative area. The Lots are: 1. 4 to 8 Seat Vehicles 2. 9 to 16 Seat Vehicles 3. Wheelchair Accessible Vehicles 4. Specialist Transport Services (e.g. Ambulance, Secure Transport) 5. Emergency Transport (call off within 1 hour - 24 hour requirement) 6. PSV Passenger Transport Services (e.g. Home to School) The Council cannot forecast likely demand or volumes for the Services or for any of the Lots. Appointment of a Supplier to the DPS is no guarantee that the Supplier will actually receive instructions from the Council to deliver Services. Suppliers may apply for appointment to as many Lots as they wish. The DPS will operate for a period of five years commencing on or around 1st September 2019. The Council will have the option, at its discretion, to extend the period of operation of the DPS for a further period or periods of up to two years and reserves the right under Regulation 34 (28) to give notice of any changes to the validity of the DPS. Suppliers that wish to be appointed to the DPS are required to complete a Selection Questionnaire (\"SQ\"). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Council, will be appointed to the DPS to the Lots for",
        "lots": [
            {
                "id": "1",
                "description": "Buckinghamshire County Council (the Council) is seeking to establish a Dynamic Purchasing System (\"DPS\") for the provision of certain transport services to children and vulnerable adults (the Services). The Council is conducting the procurement using the restricted procedure as set out in Regulation 28 of the Public Contracts Regulations 2015 (the Regulations). In accordance with Regulation 34 (18), the Council is extending the time frame for the evaluation of initial Requests to Participate to up to 6 weeks to carry out robust due diligence checks on Suppliers' suitability to be admitted to the DPS and on their economic and financial standing, and technical and professional ability. Under Regulation 59 we will also require documentary evidence to be submitted with Requests to Participate and at any other time to ensure the proper conduct of the procedure. The DPS is part of the Council's suite of transport arrangements and will be used for procurement of transport for both long and short term contracts, alongside other procurement methods. Suppliers should therefore note that the DPS will not be an exclusive arrangement and the Council may award transport contracts to other suppliers on any alternative basis. The DPS will be divided into \"Lots\". The Lots are based on the different types of vehicle that the Council requires. The people requiring the Services will be children and young people attending mainstream schools, special schools and pupil referral units and Social Care service users (children and adults) and, potentially, other individual Council service users. The majority of Services will be delivered within the Council's administrative area but from time to time Services will also be required to be provided outside the Council's administrative area. The Lots are: 1. 4 to 8 Seat Vehicles 2. 9 to 16 Seat Vehicles 3. Wheelchair Accessible Vehicles 4. Specialist Transport Services (e.g. Ambulance, Secure Transport) 5. Emergency Transport (call off within 1 hour - 24 hour requirement) 6. PSV Passenger Transport Services (e.g. Home to School) The Council cannot forecast likely demand or volumes for the Services or for any of the Lots. Appointment of a Supplier to the DPS is no guarantee that the Supplier will actually receive instructions from the Council to deliver Services. Suppliers may apply for appointment to as many Lots as they wish. The DPS will operate for a period of five years commencing on or around 1st September 2019. The Council will have the option, at its discretion, to extend the period of operation of the DPS for a further period or periods of up to two years and reserves the right under Regulation 34 (28) to give notice of any changes to the validity of the DPS. Suppliers that wish to be appointed to the DPS are required to complete a Selection Questionnaire (\"SQ\"). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Council, will be appointed to the DPS to the Lots for",
                "contractPeriod": {
                    "startDate": "2019-09-01T00:00:00+01:00",
                    "endDate": "2028-10-27T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=e48e0771-6534-e911-80f2-005056b64545",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasDynamicPurchasingSystem": true
        },
        "tenderPeriod": {
            "endDate": "2028-10-27T23:55:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-4238",
            "name": "Buckinghamshire Council",
            "identifier": {
                "legalName": "Buckinghamshire Council"
            },
            "address": {
                "streetAddress": "Walton Street Offices",
                "locality": "Aylesbury",
                "region": "UKJ13",
                "postalCode": "HP20 1UA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Paras Syal",
                "email": "Paras.Syal@buckinghamshire.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=e48e0771-6534-e911-80f2-005056b64545"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.buckinghamshire.gov.uk/",
                "buyerProfile": "https://www.buckinghamshire.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-7298",
            "name": "Buckinghamshire Council",
            "identifier": {
                "legalName": "Buckinghamshire Council"
            },
            "address": {
                "locality": "Aylesbury",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4238",
        "name": "Buckinghamshire Council"
    },
    "language": "en"
}