Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cambridgeshire County Council
Shire Hall, Castle Hill
Cambridge
CB3 0AP
UK
Contact person: Procurement team
Telephone: +44 1223715353
E-mail: procurement2@cambridgeshire.gov.uk
NUTS: UKH
Internet address(es)
Main address: https://procontract.due-north.com/Login
Address of the buyer profile: https://procontract.due-north.com/Login
I.1) Name and addresses
Peterborough City Council
Bridge street
Peterborough
PE1 1HF
UK
Contact person: Procurement team
E-mail: procurement2@cambridgeshire.gov.uk
NUTS: UKH
Internet address(es)
Main address: https://procontract.due-north.com/Login
Address of the buyer profile: https://procontract.due-north.com/Login
I.2) Joint procurement
The contract involves 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:
https://procontract.due-north.com/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Login
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
21034 Home to School and Social Care Transport Dynamic Purchasing System 2021
Reference number: DN559834
II.1.2) Main CPV code
60100000
II.1.3) Type of contract
Services
II.1.4) Short description
This DPS is for delivery of home to school and social care transport services. This transport will be for a range of client groups including (but not limited to), pupils (to/from mainstream and special educational needs establishments), children’s social care service users and adult social care service users. These services will be for Cambridgeshire County Council and Peterborough City Council primarily, though other local authorities and public bodies within Cambridgeshire may also access services.
This solution shall offer one Platform to service providers to bid for work for Home to School transport services both mainstream and SEND, Children's social care and Adult social care transport services across the County.
The estimated value of the DPS is approximately £30million per annum, thus representing a total potential value of £300,000,000 over the maximum ten year term.
II.1.5) Estimated total value
Value excluding VAT:
300 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Taxis - Up to and including 8 seater vehicles
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
For vehicles up to 8 Seaters to provide transport services as required by the DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
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:
Yes
Description of options:
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Mini buses up to 17 seats
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
This lot is for Mini buses up to 17 seats for services advertised under this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
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:
Yes
Description of options:
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Buses & Coaches greater than 17 seats
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
This lot is for Buses & Coaches greater than 17 seats for services advertised under this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
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:
Yes
Description of options:
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
High Dependency (ambulance) vehicles
II.2.2) Additional CPV code(s)
34114000
34114121
60100000
85143000
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
This lot is for High Dependency (ambulance) vehicles for services advertised under this DPS
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
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:
Yes
Description of options:
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Short Notice and Ad hoc Journeys
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
This lot is open to all vehicle classes, though will benefit those who have a flexible and responsive business model as the contracts advertised under this Lot will be of Short Notice and Ad hoc in nature.
This lot will be be further divided in to a further 7 sub-lots of the geographical area:
a) South Cambridgeshire
b) Cambridge City
c) Peterborough
d) East Cambridgeshire
e) Huntingdonshire
f) Fenland
g) Out of county
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
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:
Yes
Description of options:
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
To participate in this DPS, all Potential Providers must have the relevant licence(s) as approved by the local district authorities, or Traffic commissioner as depending on the class of vehicle and geographical area of service operation.
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
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
The dynamic purchasing system might be used by additional purchasers
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:
30/08/2026
Local time: 23:55
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:
Yes
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Court of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
VI.4.2) Body responsible for mediation procedures
CEDR
70 Fleet Street
London
EC4Y 1EU
UK
Telephone: +44 2075366000
VI.5) Date of dispatch of this notice
31/08/2021