Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Surrey County Council
County Hall, Penrhyn Road
Kingston-Upon-Thames
KT1 2DW
UK
Contact person: Supplier Engagement Team
E-mail: supplier.engagment@useadam.co.uk
NUTS: UKJ2
Internet address(es)
Main address: http://surreycc.gov.uk
Address of the buyer profile: http://demand.sproc.net
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://demand.sproc.net
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sproc.net
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 Assisted Passenger Transport Service for vulnerable Children and Adults
II.1.2) Main CPV code
60170000
II.1.3) Type of contract
Services
II.1.4) Short description
Surrey is a county in South East England with 11 district councils which borders Kent to the east and Hampshire to the west.
The Council is establishing a web-based Dynamic Purchasing System (DPS) to procure passenger transport services. The DPS will be open to any operator to join at any time, upon satisfying the selection criteria.
The Council is seeking to engage with the relevant market to procure passenger transport services that is reliable, safe and secure for:
(a) home to school assisted passenger transport service for SEND and mainstream school children,
(b) adults transport services.
II.1.5) Estimated total value
Value excluding VAT:
264 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60171000
60172000
II.2.3) Place of performance
NUTS code:
UKJ2
II.2.4) Description of the procurement
The scope of this Dynamic Purchasing System (DPS) is to cover all of Council passenger transport inclusive of:
1) home to school transport services to mainstream schools and special educational school in and outside the Boroughs of Surrey;
2) transport for adults with varying disabilities and older people, to and from community support services, respite centres and other provision both within and outside the Boroughs;
3) ad-hoc transport Service provided to respite/short break provision and/or after school clubs and contact centres.
Providers are expected to be experienced and operate a high level care service that caters for all the needs of the passengers and in compliance with relevant legislation. They will need to supply appropriate, responsible, client-focused staff for all passengers, especially those with challenging needs.
II.2.5) Award criteria
Criteria below:
Quality criterion: Enrolment
/ Weighting: 5 %
Price
/ Weighting:
95 %
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
One extension of 24 months at the sole discretion of the contracting authority.
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
There is a scarcity of experienced providers in certain parts of the borough within Surrey County Council and the Council in partnership with Adam is engaging with the market, inviting competent transport providers to join the DPS. Suppliers should note that there is a minimum quality threshold that you must meet within the onboarding criteria, please refer the procurement documents for more info.
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:
Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net
Minimum level(s) of standards required:
General:
Dun and Bradstreet failure score (25 and above = pass)
Risk indicator (4 and above = fail)
Coach companies:
Dun and Bradstreet failure score (40 and above = pass)
Risk indicator (4 and above = fail)
Sole Traders maybe asked to provide additional financial information.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Contract performance as stated in the procurement documents which can be found at http://demand.sproc.net
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 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:
31/03/2026
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
Royal Court of Justice
Strand
London
WC2 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
adam HTT Limited
The Pinnacle, 170 Midsummer Boulevard
Milton Keynes
MK9 1BP
UK
E-mail: supplier.engagement@useadam.co.uk
Internet address(es)
URL: http://demand.sproc.net/
VI.5) Date of dispatch of this notice
07/05/2020