Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 81222-2019

20/02/2019    S36

United Kingdom-Aylesbury: Transport services (excl. Waste transport)

2019/S 036-081222

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Buckinghamshire County Council
Postal address: 11th Floor, New County Offices, Walton Street
Town: Aylesbury
NUTS code: UKJ13 Buckinghamshire CC
Postal code: HP20 1YU
Country: United Kingdom
Contact person: Miss Emily Everton
E-mail: eeverton@buckscc.gov.uk
Telephone: +44 1296382018
Internet address(es):
Main address: http://www.buckscc.gov.uk
Address of the buyer profile: http://www.buckscc.gov.uk
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.supplybucksbusiness.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.supplybucksbusiness.org.uk
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:

Dynamic Purchasing System for the Provision of Client Transport in Buckinghamshire

Reference number: DN387269
II.1.2)Main CPV code
60000000 Transport services (excl. Waste transport)
II.1.3)Type of contract
Services
II.1.4)Short 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.

II.1.5)Estimated total value
Value excluding VAT: 140 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

4 to 8 Seat Vehicles

Lot No: 1
II.2.2)Additional CPV code(s)
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performance
NUTS code: UKJ13 Buckinghamshire CC
II.2.4)Description of the procurement:

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 which they have applied. There is no limit on the number of Suppliers that may be appointed to a Lot.

Following the establishment of the DPS the Council will issue calls for competition for specific contracts, as and when the need arises. All the Suppliers within the relevant Lot will be invited to submit tenders for such contracts. The Council will award each contract to the Supplier in that Lot who offers the most economically advantageous tender based on the award criteria including price and quality which are specified in the Instructions to Tender.

Further details on the operation of the DPS are set out in the Procurement Documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 140 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/09/2019
End: 31/08/2024
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
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

The DPS will operate for a period of 5 years commencing on or around 1.9.2019. 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 2 years and reserves the right under Regulation 34 (28) to give notice of any changes to the validity of the DPS.

II.2)Description
II.2.1)Title:

9 to 16 Seat Vehicles

Lot No: 2
II.2.2)Additional CPV code(s)
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performance
NUTS code: UKJ13 Buckinghamshire CC
II.2.4)Description of the procurement:

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 which they have applied. There is no limit on the number of Suppliers that may be appointed to a Lot.

Following the establishment of the DPS the Council will issue calls for competition for specific contracts, as and when the need arises. All the Suppliers within the relevant Lot will be invited to submit tenders for such contracts. The Council will award each contract to the Supplier in that Lot who offers the most economically advantageous tender based on the award criteria including price and quality which are specified in the Instructions to Tender.

Further details on the operation of the DPS are set out in the Procurement Documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 140 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/09/2019
End: 31/08/2024
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
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

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.

II.2)Description
II.2.1)Title:

Wheelchair Accessible Vehicles

Lot No: 3
II.2.2)Additional CPV code(s)
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performance
NUTS code: UKJ13 Buckinghamshire CC
II.2.4)Description of the procurement:

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 which they have applied. There is no limit on the number of Suppliers that may be appointed to a Lot.

Following the establishment of the DPS the Council will issue calls for competition for specific contracts, as and when the need arises. All the Suppliers within the relevant Lot will be invited to submit tenders for such contracts. The Council will award each contract to the Supplier in that Lot who offers the most economically advantageous tender based on the award criteria including price and quality which are specified in the Instructions to Tender.

Further details on the operation of the DPS are set out in the Procurement Documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 140 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/09/2019
End: 31/08/2024
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
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

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.

II.2)Description
II.2.1)Title:

Specialist Transport Services (e.g. Ambulance, Secure Transport)

Lot No: 4
II.2.2)Additional CPV code(s)
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performance
NUTS code: UKJ13 Buckinghamshire CC
II.2.4)Description of the procurement:

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 which they have applied. There is no limit on the number of Suppliers that may be appointed to a Lot.

Following the establishment of the DPS the Council will issue calls for competition for specific contracts, as and when the need arises. All the Suppliers within the relevant Lot will be invited to submit tenders for such contracts. The Council will award each contract to the Supplier in that Lot who offers the most economically advantageous tender based on the award criteria including price and quality which are specified in the Instructions to Tender.

Further details on the operation of the DPS are set out in the Procurement Documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 140 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/09/2019
End: 31/08/2024
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
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

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.

II.2)Description
II.2.1)Title:

Emergency Transport (call off within 1 hour – 24 hour requirement)

Lot No: 5
II.2.2)Additional CPV code(s)
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performance
NUTS code: UKJ13 Buckinghamshire CC
II.2.4)Description of the procurement:

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 which they have applied. There is no limit on the number of Suppliers that may be appointed to a Lot.

Following the establishment of the DPS the Council will issue calls for competition for specific contracts, as and when the need arises. All the Suppliers within the relevant Lot will be invited to submit tenders for such contracts. The Council will award each contract to the Supplier in that Lot who offers the most economically advantageous tender based on the award criteria including price and quality which are specified in the Instructions to Tender.

Further details on the operation of the DPS are set out in the Procurement Documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 140 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/09/2019
End: 31/08/2024
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
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

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.

II.2)Description
II.2.1)Title:

PSV Passenger Transport Services (e.g. Home to School)

Lot No: 6
II.2.2)Additional CPV code(s)
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performance
NUTS code: UKJ13 Buckinghamshire CC
II.2.4)Description of the procurement:

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 which they have applied. There is no limit on the number of Suppliers that may be appointed to a Lot.

Following the establishment of the DPS the Council will issue calls for competition for specific contracts, as and when the need arises. All the Suppliers within the relevant Lot will be invited to submit tenders for such contracts. The Council will award each contract to the Supplier in that Lot who offers the most economically advantageous tender based on the award criteria including price and quality which are specified in the Instructions to Tender.

Further details on the operation of the DPS are set out in the Procurement Documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 140 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/09/2019
End: 31/08/2024
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
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

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.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8)Information about the 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: 31/08/2024
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Buckinghamshire County Council
Postal address: 11th Floor, County Hall, Walton Street
Town: Aylesbury
Postal code: HP20 1UA
Country: United Kingdom
VI.5)Date of dispatch of this notice:
15/02/2019