Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Dynamic Purchasing System for the Provision of Client Transport in Buckinghamshire

  • Cyhoeddwyd gyntaf: 21 Chwefror 2019
  • Wedi'i addasu ddiwethaf: 21 Chwefror 2019

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Buckinghamshire County Council
ID Awudurdod:
AA21339
Dyddiad cyhoeddi:
21 Chwefror 2019
Dyddiad Cau:
31 Awst 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Buckinghamshire County Council

11th Floor, New County Offices, Walton Street

Aylesbury

HP20 1YU

UK

Person cyswllt: Miss Emily Everton

Ffôn: +44 1296382018

E-bost: eeverton@buckscc.gov.uk

NUTS: UKJ13

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.buckscc.gov.uk

Cyfeiriad proffil y prynwr: http://www.buckscc.gov.uk

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

www.supplybucksbusiness.org.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

www.supplybucksbusiness.org.uk


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Dynamic Purchasing System for the Provision of Client Transport in Buckinghamshire

Cyfeirnod: DN387269

II.1.2) Prif god CPV

60000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 140 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

4 to 8 Seat Vehicles

II.2.2) Cod(au) CPV ychwanegol

60000000

II.2.3) Man cyflawni

Cod NUTS:

UKJ13

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 140 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/09/2019

Diwedd: 31/08/2024

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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.

Rhif y Lot 2

II.2.1) Teitl

9 to 16 Seat Vehicles

II.2.2) Cod(au) CPV ychwanegol

60000000

II.2.3) Man cyflawni

Cod NUTS:

UKJ13

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 140 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/09/2019

Diwedd: 31/08/2024

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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.

Rhif y Lot 3

II.2.1) Teitl

Wheelchair Accessible Vehicles

II.2.2) Cod(au) CPV ychwanegol

60000000

II.2.3) Man cyflawni

Cod NUTS:

UKJ13

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 140 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/09/2019

Diwedd: 31/08/2024

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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.

Rhif y Lot 4

II.2.1) Teitl

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

II.2.2) Cod(au) CPV ychwanegol

60000000

II.2.3) Man cyflawni

Cod NUTS:

UKJ13

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 140 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/09/2019

Diwedd: 31/08/2024

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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.

Rhif y Lot 5

II.2.1) Teitl

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

II.2.2) Cod(au) CPV ychwanegol

60000000

II.2.3) Man cyflawni

Cod NUTS:

UKJ13

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 140 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/09/2019

Diwedd: 31/08/2024

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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.

Rhif y Lot 6

II.2.1) Teitl

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

II.2.2) Cod(au) CPV ychwanegol

60000000

II.2.3) Man cyflawni

Cod NUTS:

UKJ13

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 140 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/09/2019

Diwedd: 31/08/2024

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae’r caffaeliad yn golygu y caiff system brynu ddynamig ei sefydlu

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 31/08/2024

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Buckinghamshire County Council

11th Floor, County Hall, Walton Street

Aylesbury

HP20 1UA

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

15/02/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
60000000 Gwasanaethau cludo (heblaw cludo gwastraff) Trafnidiaeth a Gwasanaethau Cysylltiedig

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
eeverton@buckscc.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.