Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Sussex County Council
County Hall, West Street
Chichester
PO19 1RQ
UK
Contact person: James Skilling
Telephone: +44 03302225432
E-mail: james.skilling@westsussex.gov.uk
NUTS: UKJ27
Internet address(es)
Main address: https://www.westsussex.gov.uk/business-and-consumers/supplying-wscc-with-goods-or-services/
Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sesharedservices.org.uk/esourcing
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent 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
WSCC - JS - Passenger Transport DPS
Reference number: WSCC - 033885
II.1.2) Main CPV code
60100000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council intends to establish a Dynamic Purchasing System (DPS) for the provision of passenger transport services. The procurement procedure is in accordance with the requirements of the Public Contract Regulations 2015 (SI2015/103) (PCR 2015)A Dynamic Purchasing System (DPS) is a completely electronic system used to purchase commonly used goods, works or services. The DPS may be divided into categories of products, works or services commonly sometimes referred to as lots.The DPS will be open for submissions from 03 May 2022 with further competitions to be issued via the DPS from 24 June 2022
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:
No
II.2) Description
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UKJ27
Main site or place of performance:
II.2.4) Description of the procurement
The Council intends to establish a Dynamic Purchasing System (DPS) for the provision of passenger transport services. The procurement procedure is in accordance with the requirements of the Public Contract Regulations 2015 (SI2015/103) (PCR 2015)A Dynamic Purchasing System (DPS) is a completely electronic system used to purchase commonly used goods, works or services. The DPS may be divided into categories of products, works or services commonly sometimes referred to as lots.A DPS follows a two-stage process:Stage 1The first stage is concerned with setting up the DPS. Under this stage Tenderers are invited to apply for inclusion on the DPS (i.e. this Invitation to Participate). Tenderers complete and submit a response in the form of the Selection Questionnaire (SQ), and those who meet the Selection Criteria and who are not excluded will be admitted onto the DPS as a DPS Provider for the Category(s) that they have applied for.Stage 2The second stage is more commonly referred to as a mini-competition stage. Following acceptance onto the DPS, the Council will invite all DPS Providers within a relevant Category to bid for a specific passenger transport contract by issuing a mini-competition for a specific route or batch of routes. Tenders will be evaluated according to the Award Criteria set as part of the mini-competition and a Contract awarded to the winning bidder.Scope of Services The Council’s Transport Coordination team (in Place Services) plan and procure transport on behalf of children and vulnerable adults to and from establishments in West Sussex and beyond. Additionally, other teams in the Council commission ad-hoc, urgent and specialist transport to meet the needs of residents such as during major incidents. The broad categories of Service User who receive transport from the Council include but are not limited to Special Educational Needs and Disabilities (SEND), Mainstream, Adult Services, Alternative Provision College (APC), Looked After Children (LAC).A Service User may require a Passenger Assistant, parent, school staff, or nurse to accompany them on a journey. Vehicle requirements typically include cars, multi-purpose vehicles (MPVs), standard and wheelchair accessible minibuses and coaches. Occasionally specialist vehicles will be required including ambulances and secure transport.The Council’s detailed requirements are set out in the DPS Agreement, Call-off Terms and Conditions and Route schedules (available at the mini-competition stage).DPS TermThe Council is seeking to establish a DPS for an initial term of 5 years from the Commencement Date. There is the option to extend by 1 period of up to 24 months (2 years), taking the full term of the DPS to 7 years.The anticipated Commencement Date of the DPS is 03 May 2022, with mini competitions to start on 24 June 2022.Value of the DPSThe anticipated value of the Services to be procured through the DPS is approximately £175m million over the lifetime of the DPS.Please note the figure above is an estimation and not a commitment to Service Providers who are appointed to the DPS.Categories (Lots)The Services have been divided into the following Categories depending upon type of vehicle and services required.Category 1 – Vehicles up to 8 passenger seats. Service Providers in this category will typically operate using a Private Hire or Hackney licence and includes wheelchair accessible vehicles. Passenger Assistants may be requested by the Council to support Service Users.Category 2 – Vehicles with 9 passenger seats or more. Service Providers in this category will typically operate using a Public Service Vehicle (PSV) licence and includes wheelchair accessible vehicles. Passenger Assistants may be requested by the Council to support Service Users.Category 3 – Specialist Transport. Service Providers in this category will be able to provide more specialist services including secure transport and non-emergency ambulances.
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:
175 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/05/2022
End:
02/05/2027
This contract is subject to renewal: Yes
Description of renewals:
1 extension of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
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:
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.2) Conditions related to 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 establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 100
Justification for any framework agreement duration exceeding 4 years: The DPS initial term is 5 years
IV.1.8) Information about 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:
02/05/2027
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Requests to participate are required to be submitted via the Authority's tendering system https://in-tendhost.co.uk/sesharedservices/aspx/HomeThis system will also be used to publish mini-competitions for contracts let from the DPS.Access to the system/software and advice is free of charge.Registration is necessary in order to submit requests to participate in the DPS, and if successfully appointed to the DPS, submit tenders for contracts let from the DPS.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice — The High Court
London
WC2A 2LL
UK
Internet address(es)
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.4.4) Service from which information about the review procedure may be obtained
West Sussex County Council
County Hall
Chichester
PO19 1RG
UK
Internet address(es)
URL: www.westsussex.gov.uk
VI.5) Date of dispatch of this notice
20/04/2022