{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03cf96-2023-05-25T18:01:29+01:00",
    "date": "2023-05-25T18:01:29+01:00",
    "ocid": "ocds-h6vhtk-03cf96",
    "description": "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",
    "initiationType": "tender",
    "tender": {
        "id": "P1216",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Children and Young People's Travel Service: Transport Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "60000000",
            "description": "Transport services (excl. Waste transport)"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 450000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Minibus (For 9-seat or more vehicles)",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Taxi: (vehicles that can provide 8 passenger seats or less)",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34114400",
                        "description": "Minibuses"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34120000",
                        "description": "Motor vehicles for the transport of 10 or more persons"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60000000",
                        "description": "Transport services (excl. Waste transport)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60112000",
                        "description": "Public road transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60130000",
                        "description": "Special-purpose road passenger-transport services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "60000000",
                        "description": "Transport services (excl. Waste transport)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34100000",
                        "description": "Motor vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34115200",
                        "description": "Motor vehicles for the transport of fewer than 10 persons"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.in-tendhost.co.uk/birminghamcc",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Further details will be provided in the tender documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 55,
                "periodRationale": "Will not exceed 4 years"
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-06-30T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 2700
            }
        },
        "awardPeriod": {
            "startDate": "2023-06-30T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-06-30T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-5375",
            "name": "Birmingham City Council",
            "identifier": {
                "legalName": "Birmingham City Council"
            },
            "address": {
                "streetAddress": "10 Woodcock Street",
                "locality": "Birmingham",
                "region": "UKG31",
                "postalCode": "B4 7WB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Corporate Procurement Services",
                "email": "etendering@birmingham.gov.uk",
                "url": "http://www.in-tendhost.co.uk/birminghamcc"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.finditinbirmingham.com",
                "buyerProfile": "http://www.in-tendhost.co.uk/birminghamcc",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-36995",
            "name": "High Court of Justice",
            "identifier": {
                "legalName": "High Court of Justice"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5375",
        "name": "Birmingham City Council"
    },
    "language": "en"
}