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 Demand Response Transport (DDRT) - Portsmouth

  • Cyhoeddwyd gyntaf: 12 Mawrth 2025
  • Wedi'i addasu ddiwethaf: 12 Mawrth 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

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)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04dbaf
Cyhoeddwyd gan:
Portsmouth City Council
ID Awudurdod:
AA20789
Dyddiad cyhoeddi:
12 Mawrth 2025
Dyddiad Cau:
06 Mawrth 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Portsmouth City Council - the 'Council' - is seeking tenders from suitably qualified and experienced operators for the delivery of a Dynamic Demand Response Transport service (DDRT) on an initial pilot basis with the facility to extend subject to performance, demand and access to funding.

The Council is targeting to have awarded the contract by 28th March with mobilisation following on 31st March 2025. The council is seeking to award a contract on the basis of the longest achievable pilot period on the condition that commencement is no later than 2nd June 2025. The pilot service will then be required to operate until 31st March 2026.

Depending on any future funding availability, success of the pilot and demand, at the Councils option this could be extended on a year-by-year basis by a further 6 years. In addition to extending the term of the contract the council may also extend the service into additional areas of the city and number of dedicated vehicles allocated to the service. The council will be using Bus Service Improvement Plan funding of approx. £350,000 to cover the initial pilot period.

Whilst the Council can provide no guarantees that it would extend the term, geographical coverage or number of vehicles as this will be subject to review of demand and availability of funding, if all of these options were taken up spend via the contract could equate to approx. £1M per annum. This figure is based upon a position where the Council expands the service to cover another area of the city and increases the number of vehicles in operation for both areas from 2 to 3.

Under the contracting model the successful operator will be paid a fixed monthly amount for delivery of the services excluding for fuel / charging costs which will be paid on a cost reimbursable basis. A cap of £300,000 for delivery of 1st year operations - from no later than 2nd June 2025 to 31st March 2026 - will apply to costs excluding fuel / charging. Any tender received which exceeds this cap may be set aside.

The Council will run the procurement process in accordance with the 'Open Procedure' as set out within the Public Contracts Regulations (2015). The procurement timetable is set out below.

1. Contract notice published on Find a Tender - 4th February 2025

2. Procurement documents available on In-tend - 4th February 2025

3. Bidder Briefing (Teams Meeting) - 10th February 2025, 12:00 - 13:00

4. Deadline for requests for clarification - 25th February 2025 - 23:59

5. Tender return deadline - 6th March 2025 - 14:00

6. Award Decision Notification - 17th March 2025

7. Standstill period starts - 18th March 2025

8. Standstill period ends - 27th March 2025 - 23:59

9. Contract Award - 28th March 2025

10. Mobilisation - 31st March 2025

11. Commencement of Service - No later than 2nd June 2025

12. End of initial pilot period - 31st March 2026

The Council will administrate the procurement process using its e-sourcing system In-tend.

The In-tend system can be accessed free of charge via the following web link:

https://intendhost.co.uk/portsmouthcc/aspx/home

The Council reserves the right at its absolute discretion to vary the timetable at any point during the procurement. Should the Council make any changes to the procurement programme notification will be issued to all Tenderers via In-tend.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Portsmouth City Council

Civic Offices

PORTSMOUTH

PO1 2AL

UK

Person cyswllt: Procurement Service

Ffôn: +44 2392688235

E-bost: procurement@portsmouthcc.gov.uk

NUTS: UKJ31

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.portsmouth.gov.uk

I.3) Cyfathrebu

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

https://intendhost.co.uk/portsmouthcc/aspx/home


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://intendhost.co.uk/portsmouthcc/aspx/home


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://intendhost.co.uk/portsmouthcc/aspx/home


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 Demand Response Transport (DDRT) - Portsmouth

Cyfeirnod: P00005070

II.1.2) Prif god CPV

60000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Portsmouth City Council - the 'Council' - is seeking tenders from suitably qualified and experienced operators for the delivery of a Dynamic Demand Response Transport service (DDRT) on an initial pilot basis with the facility to extend subject to performance, demand and access to funding.

The Council is targeting to have awarded the contract by 28th March with mobilisation following on 31st March 2025. The council is seeking to award a contract on the basis of the longest achievable pilot period on the condition that commencement is no later than 2nd June 2025. The pilot service will then be required to operate until 31st March 2026.

Depending on any future funding availability, success of the pilot and demand, at the Councils option this could be extended on a year-by-year basis by a further 6 years. In addition to extending the term of the contract the council may also extend the service into additional areas of the city and number of dedicated vehicles allocated to the service. The council will be using Bus Service Improvement Plan funding of approx. £350,000 to cover the initial pilot period.

Whilst the Council can provide no guarantees that it would extend the term, geographical coverage or number of vehicles as this will be subject to review of demand and availability of funding, if all of these options were taken up spend via the contract could equate to approx. £1M per annum. This figure is based upon a position where the Council expands the service to cover another area of the city and increases the number of vehicles in operation for both areas from 2 to 3.

Under the contracting model the successful operator will be paid a fixed monthly amount for delivery of the services excluding for fuel / charging costs which will be paid on a cost reimbursable basis. A cap of £300,000 for delivery of 1st year operations - from no later than 2nd June 2025 to 31st March 2026 - will apply to costs excluding fuel / charging. Any tender received which exceeds this cap may be set aside.

The Council will run the procurement process in accordance with the 'Open Procedure' as set out within the Public Contracts Regulations (2015). The procurement timetable is set out below.

1. Contract notice published on Find a Tender - 4th February 2025

2. Procurement documents available on In-tend - 4th February 2025

3. Bidder Briefing (Teams Meeting) - 10th February 2025, 12:00 - 13:00

4. Deadline for requests for clarification - 25th February 2025 - 23:59

5. Tender return deadline - 6th March 2025 - 14:00

6. Award Decision Notification - 17th March 2025

7. Standstill period starts - 18th March 2025

8. Standstill period ends - 27th March 2025 - 23:59

9. Contract Award - 28th March 2025

10. Mobilisation - 31st March 2025

11. Commencement of Service - No later than 2nd June 2025

12. End of initial pilot period - 31st March 2026

The Council will administrate the procurement process using its e-sourcing system In-tend.

The In-tend system can be accessed free of charge via the following web link:

https://intendhost.co.uk/portsmouthcc/aspx/home

The Council reserves the right at its absolute discretion to vary the timetable at any point during the procurement. Should the Council make any changes to the procurement programme notification will be issued to all Tenderers via In-tend.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 6 350 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

60112000

60120000

60130000

60140000

60170000

II.2.3) Man cyflawni

Cod NUTS:

UKJ31


Prif safle neu fan cyflawni:

The service will only operate within areas where there is currently no existing commercial service or contracted bus service. The provision of the DDRT service is to provide residents and businesses with a public transport option where they would otherwise be unserved by existing public transport provision.

The initial area identified to provide the DDRT service within the Paulsgrove / Port Solent / QA Hospital / Cosham Interchange area in the north of the city.

Further details in respect of the operational area and zoning can be located within the Appendix A - Operational Area document.

II.2.4) Disgrifiad o’r caffaeliad

Dynamic Demand Responsive Transport (DDRT) is a new form of flexible public transport service. The service is a cross between a traditional bus service and a taxi or private hire service.

The service will only operate within areas where there is currently no existing commercial service or contracted bus service. The provision of the DDRT service is to provide residents and businesses with a public transport option where they would otherwise be unserved by existing public transport provision. The initial area identified to provide the DDRT service within the Paulsgrove / Port Solent / QA Hospital / Cosham Interchange area in the north of the city. Further details in respect of the operational area and zoning can be located within the Appendix A - Operational Area document.

The Council will work closely with the successful operator to promote the service to potential passengers living within the operational area. The Council will lead on ongoing promotional and marketing activities with the operator expected to play a proactive supporting role to help drive awareness and demand. This will include for regular additional publicity activities to promote the service, including representing the DDRT service(s) at community events and promotion via any of their own communication channels including social media using Council-agreed promotional materials.

The service will provide a flexible demand response service 6 days a week, Monday to Saturday (excluding Sunday and Bank Holidays) between the hours of 09:00 and 19:00. Full details in Appendix E - Hours of Service and Vehicle Operating Hours.

The service will not run to a route or timetable, instead, passengers use an app, website or the telephone to book their journey in real time or "on demand". Journeys can be booked up to 72 hours in advance or ASAP.

The operator will be required to provide a minimum of two vehicles and drivers that will need to be available throughout the operating hours. One of the vehicles will need to be wheelchair accessible, both vehicles will need to have the capacity to carry 4 or more passengers. All drivers deployed to deliver the service will need to have clear enhanced DBS checks in place at commencement and throughout the duration of the contract.

The vehicles must be branded with the Council supplied and funded branding. Operator logos may be included within this branding. The branding will include summary details on how to book a journey using the app, web portal and call centre.

The operator will be required to provide a telephone line and receive all Service-related calls including telephone bookings and customer service-related queries. The call centre must deal with booking requests, complaints, compliments, feedback and assist customers on using the smartphone app. The operator shall employ a UK based Call Handler or Handlers to operate a public telephone line (managed by the operator in full.

The operator will also need to have business continuity arrangements in place including for access to an additional vehicle/s and driver/s to cover unavailability of the main vehicles. At least one of the additional vehicles must be wheelchair accessible. Back up vehicles are not expected to be branded.

The service will include for multiple options available to passengers to booking journeys including for via app, web portal and a call centre to ensure it is inclusive and enables those not so familiar with IT systems an alternative booking facility.

The IT system, app and website required for electronic booking has already been secured by the council for use on this service. The operator will need to use the existing software and ensure it is compatible with their own systems. The cost of using the software will be funded by the Council who will also provide training.

The operator will be required to supply and maintain the in-vehicles kits for both the main vehicles and the Council will reimburse them for the hardware. The hardware will remain the property of the Council and would be required to be returned at the end of the contract.

Tenderers are referred to the Schedule C Specification and all supporting appendices included within the procurement documents for detailed information regarding the council's requirements.

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: 6 350 000.00 GBP

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

Hyd mewn misoedd: 10

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: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Depending on any future funding availability, success of the pilot and demand, at the Councils option this could be extended on a year-by-year basis by a further 6 years. In addition to extending the term of the contract the council may also extend the service into additional areas of the city and number of dedicated vehicles allocated to the service.

Whilst the Council can provide no guarantees that it would extend the term, geographical coverage or number of vehicles as this will be subject to review of demand and availability of funding, if all of these options were taken up spend via the contract could equate to approx. £1M per annum. This figure is based upon a position where the Council expands the service to cover another area of the city and increases the number of vehicles in operation for both areas from 2 to 3.

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

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

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

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: 06/03/2025

Amser lleol: 14:00

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

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 06/03/2025

Amser lleol: 15:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The High Court of Justice

The Strand

London

WC2A 2LL

UK

Ffôn: +44 2079476000

VI.5) Dyddiad anfon yr hysbysiad hwn

05/02/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
60130000 Cerbydau arbenigol Gwasanaethau trafnidiaeth ffyrdd
60120000 Clociau tacsis Gwasanaethau trafnidiaeth ffyrdd
60140000 Cludiant teithwyr heb ei drefnu Gwasanaethau trafnidiaeth ffyrdd
60000000 Gwasanaethau cludo (heblaw cludo gwastraff) Trafnidiaeth a Gwasanaethau Cysylltiedig
60112000 Gwasanaethau trafnidiaeth ffyrdd cyhoeddus Gwasanaethau trafnidiaeth ffyrdd
60170000 Llogi cerbydau cludo teithwyr gyda gyrrwr Gwasanaethau trafnidiaeth ffyrdd

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:
procurement@portsmouthcc.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.