Services - 67685-2018

14/02/2018    S31

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

2018/S 031-067685

Prior information notice

This notice is a call for competition

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Suffolk County Council
Postal address: Endeavour House, Russell Road
Town: Ipswich
NUTS code: UKH14 Suffolk
Postal code: IP1 2BX
Country: United Kingdom
Contact person: Passenger Transport Unit Business Support Team
E-mail: passenger.transport@suffolk.gov.uk
Internet address(es):
Main address: www.suffolksourcing.uk
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.suffolksourcing.uk
Tenders or requests to participate must be submitted to the abovementioned address
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 Passenger Transport Services

Reference number: CD1204/1
II.1.2)Main CPV code
60000000 Transport services (excl. Waste transport)
II.1.3)Type of contract
Services
II.1.4)Short description:

Suffolk County Council (The Council) is seeking suppliers for the provision of Passenger Transport Services. It intends to establish a Dynamic Purchasing System (DPS) for the provision of its Transport Services with suitably qualified operators of Private Hire, Hackney Carriage, PSV/PCV and other appropriately licenced vehicles. The Council proposes to enter into contracts for periods of up to 5 years, dependent on the requirement, with options to extend. Such extensions will be at the discretion of the Council and subject to satisfactory performance. A combination of Lots/routes may be tendered. Suppliers can apply to join the DPS at any point during its lifetime, however applications will be considered in 2 Rounds. Round 1 for initial registration to the DPS is open between 12.2.2018 to 13.4.2018. Round 2 will open on 12.5.2018 and will remain open. The DPS will be open for a period of 5 years with the option to extend up to a further 2 years. We reserve the right to extend, shorten or terminate, in part or whole, any Lot or the entire DPS at any time giving 6 months’ notice. Interested Suppliers must complete a Selection Questionnaire (SQ) via www.suffolksourcing.uk

Please log into Suffolk Sourcing and search CD1204, and request to participate by completing and submitting the SQ.

II.1.5)Estimated total value
Value excluding VAT: 175 000 000.00 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:

Vehicles 16 seats and larger

Lot No: 1
II.2.2)Additional CPV code(s)
60100000 Road transport services
II.2.3)Place of performance
NUTS code: UKH14 Suffolk
II.2.4)Description of the procurement:

The services subject of tenders generally falls within 3 categories;

— Registered local bus services: Tenders will be issued in response to changes in commercial provision where there is a requirement identified for a replacement service. Near to the end of their term, current contracts will also be assessed as to their performance and where this is satisfactory invitations to tender will be issued for similar provision. The approximate annual spend is in the region of GBP 1 700 000;

— Home to school services: Tenders will be issued to provide transport for eligible students to educational centres. Transport is reviewed on an annual basis with new contracts usually commencing at the start of the academic year (September). The review will take into account the location of students attending each centre, current policy and student numbers. Vehicle sizes and routes are therefore subject to change. The approximate annual spend is in the region of GBP 10 000 000;

— Specialised transport services: Passenger transport provides access for young people and adults to specialised provision as it is required. Such provision is subject to short notice change meaning that contracts may end before the date stated and new contracts may be issued. The approximate annual spend is in the region of GBP 9 000 000.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 12/02/2018
End: 11/02/2025
This contract is subject to renewal: yes
Description of renewals:

The DPS will be open for a period of 5 years with the option to extend up to a further 2 years. We reserve the right to extend, shorten or terminate, in part or whole, any Lot or the entire DPS at any time giving 6 months’ notice. Contracts for routes or routes within lots will be tendered as and when required throughout the lifetime of the DPS.

II.2.10)Information about variants
Variants will be accepted
II.2.11)Information about options
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

Actual routes will be clarified within the mini-competition documentation once published. The Council anticipates that the first round of mini-competitions will be run towards the end of 5.2018 for Home to School Transport, followed by Special Educational Needs in 6.2018/ 7.2018.

II.2)Description
II.2.1)Title:

Small and specialist vehicles below 16 seats

Lot No: 2
II.2.2)Additional CPV code(s)
60100000 Road transport services
II.2.3)Place of performance
NUTS code: UKH14 Suffolk
II.2.4)Description of the procurement:

The services subject of tenders generally falls within 3 categories

— Registered local bus services: Tenders will be issued in response to changes in commercial provision where there is a requirement identified for a replacement service. Near to the end of their term, current contracts will also be assessed as to their performance and where this is satisfactory invitations to tender will be issued for similar provision. The approximate annual spend is in the region of GBP 1 700 000;

— Home to school services: Tenders will be issued to provide transport for eligible students to educational centres. Transport is reviewed on an annual basis with new contracts usually commencing at the start of the academic year (September). The review will take into account the location of students attending each centre, current policy and student numbers. Vehicle sizes and routes are therefore subject to change. The approximate annual spend is in the region of GBP 10 000 000;

— Specialised transport services: Passenger transport provides access for young people and adults to specialised provision as it is required. Such provision is subject to short notice change meaning that contracts may end before the date stated and new contracts may be issued. The approximate annual spend is in the region of GBP 9 000 000.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 12/02/2018
End: 11/02/2025
This contract is subject to renewal: yes
Description of renewals:

The DPS will be open for a period of 5 years with the option to extend up to a further 2 years. We reserve the right to extend, shorten or terminate, in part or whole, any Lot or the entire DPS at any time giving 6 months’ notice.

II.2.10)Information about variants
Variants will be accepted
II.2.11)Information about options
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

Actual routes will be clarified within the mini competition documentation once published. The Council anticipates that the first round of mini-competitions will be run towards the end of May 2018 for Home to School Transport, followed by Special Educational Needs in June/July 2018.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

As stated in the procurement documentation.

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.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

As stated in the procurement documentation.

III.2.2)Contract performance conditions:

As stated in the procurement documentation.

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.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

The Council may conduct some mini-competitions by way of E-Auction. In such cases, mini-competition documentation will state that this is the case.

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 expressions of interest
Date: 11/02/2025
Local time: 12:00
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.5)Scheduled date for start of award procedures:

Section VI: Complementary information

VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Suffolk County Council
Postal address: Endeavour House, Russell Road
Town: Ipswich
Postal code: IP1 2BX
Country: United Kingdom
Internet address: www.suffolksourcing.uk
VI.4.2)Body responsible for mediation procedures
Official name: Suffolk County Council
Postal address: Endeavour House, Russell Road
Town: Ipswich
Postal code: IP1 2BX
Country: United Kingdom
Internet address: www.suffolksourcing.uk
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Suffolk County Council
Postal address: Endeavour House, Russell Road
Town: Ipswich
Postal code: IP1 2BX
Country: United Kingdom
Internet address: www.suffolksourcing.uk
VI.5)Date of dispatch of this notice:
13/02/2018