Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DPS for Taxi, Minibus and Wheelchair Accessible Vehicles Transport Requirements

  • First published: 30 April 2015
  • Last modified: 30 April 2015

Contents

Summary

OCID:
ocds-kuma6s-026370
Published by:
Caerphilly County Borough Council
Authority ID:
AA0272
Publication date:
30 April 2015
Deadline date:
01 June 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Caerphilly County Borough Council wishes to establish a Dynamic Purchasing System (DPS) for the provision of high quality and cost effective transport for the requirements of the Integrated Transport Unit. The requirements will cover taxi, minibus and wheelchair accessible vehicles. The DPS will cover the services provided by the Integrated Transport Unit, but also makes provision to be utilised by any other departments within the Council. The nature of the DPS is to provide transport routes via a broad range of appropriate vehicles. Wheelchair accessible vehicles will form part of the requirement. Service Providers are not necessarily expected to have the full range of vehicles stated but will be asked to confirm the numbers and types of vehicles they have available. The DPS will be structured into three separate lots as detailed below. Full details can be found the appendix No 1, point 2 description of Lots. Lot 1 - Home to School Transport – Taxi, Minibus and Specially Adapted Vehicle Contracts Lot 2 - Social Services Transport – Taxi, Minibus and Specially Adapted Vehicle & Contracts Lot 3 - Ad hoc requirements – Taxi & Minibus Contracts CPV: 60120000, 34114400, 60171000, 60170000, 60000000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK

Procurement Services

Helen Sellwood

+44 1443863161

sellwhl@caerphilly.gov.uk

+44 1443863167

www.caerphilly.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0272

https://www.proactisplaza.com/supplierportal

https://www.proactisplaza.com/supplierportal
Checked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

DPS for Taxi, Minibus and Wheelchair Accessible Vehicles Transport Requirements

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

Main site or location of works, place of delivery or performance

Within the Borough of Caerphilly



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Caerphilly County Borough Council wishes to establish a Dynamic Purchasing System (DPS) for the provision of high quality and cost effective transport for the requirements of the Integrated Transport Unit. The requirements will cover taxi, minibus and wheelchair accessible vehicles.

The DPS will cover the services provided by the Integrated Transport Unit, but also makes provision to be utilised by any other departments within the Council.

The nature of the DPS is to provide transport routes via a broad range of appropriate vehicles. Wheelchair accessible vehicles will form part of the requirement. Service Providers are not necessarily expected to have the full range of vehicles stated but will be asked to confirm the numbers and types of vehicles they have available.

The DPS will be structured into three separate lots as detailed below. Full details can be found the appendix No 1, point 2 description of Lots.

Lot 1 - Home to School Transport – Taxi, Minibus and Specially Adapted Vehicle Contracts

Lot 2 - Social Services Transport – Taxi, Minibus and Specially Adapted Vehicle & Contracts

Lot 3 - Ad hoc requirements – Taxi & Minibus Contracts

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=26370.

II.1.6)

Common Procurement Vocabulary (CPV)

60120000
34114400
60171000
60170000
60000000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The Council is establishing a Dynamic Purchasing System and is managing this procurement process in accordance with the Public Contracts Regulations 2015 (the “Regulations”), in line with the Restricted Procedure Regulation 28 and Dynamic Purchasing Systems Regulation 34.

Please note in relation to II.1.3 of this contract notice, this is the setting up of a Dynamic Purchasing System and not a public contract.

This notice involves

For information a Prior Information Notice (PIN) was issued via sell2wales on the 24 November 2014 advising of the procurement opportunity.

This procurement exercise is being carried out electronically, via the Council’s e-tendering portal - Proactis Portal, link detailed below. As such, all documentation and correspondence must be submitted electronically via the Proactis Portal. No oral communication will be undertaken. Failure to comply with the electronic process will eliminate you from the process.

www.proactisplaza.com/SupplierPortal

Selection Criteria

Providers are invited to submit a request to participate in the DPS. Providers must satisfy the selection criteria in order to be admitted to the DPS. The selection criteria consists of pass / fail and information questions. Providers will be required to Pass all elements of the Selection criteria in order to be admitted to the DPS. Any Provider receiving a “Fail” will be eliminated from the process at this stage.

Providers who fail to successfully meet the award criteria of the selection criteria, will have further opportunity to re-submit their offer during the period of validity of the DPS.

Providers will not be requested to submit any costs for routes at this stage of the process.

The period of validity of the Dynamic Purchasing System is four years from the 1 July 2015 – 30 June 2019 with the option to extend for up to a further period of three years, extended on an annual basis.

PROCEDURE AFTER COMPLETEION OF INITIAL DYNAMIC PURCHASING SYSTEM

The DPS registration opportunity shall be opened up for the validity of the DPS following completion of the initial procurement process, with a predetermined close date in order for new provider submissions to be received. The new request shall be issued through the Proactis Portal. The request will remain open until the predetermined close date if there are no new submissions to register onto the DPS. After the predetermined close date the request will close and a new request shall be issued with a new RQST number.

At the point when a provider submits a registration to join the DPS, the provider shall be prompted to send a dialogue to the Buyer via the messaging system of the request, advising of the submission. The Buyer will issue a dialogue message giving notice to any other potential new suppliers that may be in the process of submitting a request to join that the system will close in 48 hours, and then re-open. This entails the Buyer to access new submissions and evaluate within 10 working days. Any new providers will need to submit a request prior to the manual closing of the system or request to join when the system re-opens.

Providers will need to familiarise themselves with the closing dates while requesting to submit a registration to the DPS and monitor the dialogue facility.

Providers shall be notified of the outcome within 10 working days of submission.

Notification shall be provided at the same time to all Providers in regards to the outcome of the selection criteria.

Call for Further Competition

Once the DPS is established contract(s) route(s) shall be issued to all providers that have successfully satisfied the selection criteria who have been placed onto the DPS.

The council intends to run its first further call for competition in July/August 2015 for education transport contracts and any other contract route(s) commencing September 2015.

Integrated Transport Unit shall be responsible for managing the call for Competition for any contract route(s) issued under lot 1 and lot 2. For lot 3, the call for competition shall be undertaken by relevant department with the requirement within the Council. However the process shall follow the same process.

All new requests shall be issued via Proactis-Portal to all providers who have been successfully been submitted to the DPS for the particular lot.

For each new contract route(s) opportunity, a new request shall be issued through the e-tender system Proactis-Portal. An email alert shall be issued to all providers for a particular lot awarded to the DPS for the new opportunity.

A time limit shall be provided to each contract route(s) opportunity, for providers to respond to. Any tenders received after this date and time will not be considered for the contract route(s) opportunities. Routes may be issued in batches or as one off requirements.

The Council is committed to ensuring it achieves value for money from its third party expenditure and the award of contract route(s) for this service provision will be based on the most economically advantageous tender in terms of lowest cost in accordance with the requirements detailed within the tender documentation.

Time Receipt for Call for Further Competition

Time limits for the all contract route(s) opportunities issued under the DPS will vary depending on the requirement.

Sufficient time shall be provided to all Providers awarded to the DPS when being requested to provide prices for contract route(s). Providers shall be requested to respond by a set time and date via the e-tender system, Proactis Portal.

Providers will need to confirm they are in mutual agreement within the Proactis Portal they are in mutual agreement for the following times for receipt of contract route(s).

Normal Requirements between 5 – 10 days

Urgent Requirements between 2 hours and 5 days.

There will be occasions where emergencies may arise, and transport is required at short notice (e.g. same day/next day). The Council reserves the right to select a service provider listed within the DPS, but without competition

SPECIAL REQUIREMENTS

There will be circumstances in which the Council is required to make a professional judgement in matching a particular service users needs to a Service Provider. The Council reserves its right to make these professional judgements based on the needs of the service user and a confirmed need to maintain continuity or based on an individual’s particular behavioural needs

E-Auctions

Please note that one or more Lots included in this tender may be subject to an E-Auction

The reverse E-Auction shall take place on the Authorities E-Tender system Proactis-Portal at a pre-determined date and time, and suppliers shall be invited via the portal.

Further details can be found in the tender document.

The contract period for Individual contracts (routes) shall vary depending on the specific requirement. Full details shall be provided at the call for further competition.

Notification shall be provided at the same time to all Providers in regards to the outcome of the further call for competition.

Full details can be found in the tender documentation.

The deadline for clarification questions regarding this tender is 1200 Hours (Noon) on Thursday 21 May 2015. If a question or request is made after this deadline, the Council may, at its absolute discretion, determine whether to provide a response or not to respond at all.

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

III.2.2)

Economic and financial capacity





III.2.3)

Technical capacity





III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

100

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

Yes


No

No

IV.2.2)

An electronic auction will be used

Yes

Please note that one or more Lots included in this tender may be subject to an E-Auction during the life of the Dynamic Purchasing System

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

CCBC/PS1340/15/HS

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2014/S 229-404426 27-11-2014

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 01-06-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 01-07-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:26370)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 30-04-2015

ANNEX A

Additional Addresses and Contact Points

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK


+44 1443863161


+44 1443863167
www.caerphilly.gov.uk

ANNEX B

Information About Lots

1     Home to School Transport – Taxi, Minibus and Specially Adapted Vehicle Contracts

1)

Short Description

Home to School Transport – Taxi, Minibus and Specially Adapted Vehicle Contracts

2)

Common Procurement Vocabulary (CPV)

60120000
34114400
60171000
60170000
60000000

3)

Quantity or scope

The Integrated Transport Unit provide Home to School / College Transport for all eligible pupils in line with the Authority’s Policy for the provision of transport. The Integrated Transport Unit typically arranges transport for approximately 8300 pupils and students to and from Schools, Colleges and other education establishments each day


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Social Services Transport – Taxi, Minibus and Specially Adapted Vehicle & Contracts

1)

Short Description

Social Services Transport – Taxi, Minibus and Specially Adapted Vehicle & Contracts

2)

Common Procurement Vocabulary (CPV)

60120000
34114400
60171000
60170000
60000000

3)

Quantity or scope

The Integrated Transport Unit also provide transport on behalf of Social Services for eligible Service Users. This can take the form of voluntary provision or via third party providers. Services will include (but not exclusively) Home to Day Care; Home to Respite;


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Ad hoc requirements – Taxi & Minibus Contracts

1)

Short Description

Ad hoc requirements – Taxi & Minibus Contracts

2)

Common Procurement Vocabulary (CPV)

60120000
34114400
60171000
60170000
60000000

3)

Quantity or scope

In addition to the requirements of the Integrated Transport Unit for home-to-school and Social Services transport, other departments within the Authority may have the need to purchase transport and shall utilise the providers awarded to this lot.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
60171000 Hire of passenger cars with driver Hire of passenger transport vehicles with driver
60170000 Hire of passenger transport vehicles with driver Road transport services
34114400 Minibuses Specialist vehicles
60120000 Taxi services Road transport services
60000000 Transport services (excl. Waste transport) Transport and Related Services

Delivery locations

ID Description
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
30 April 2015
Deadline date:
01 June 2015 00:00
Notice type:
Contract Notice
Authority name:
Caerphilly County Borough Council
Publication date:
24 September 2015
Notice type:
Additional Information
Authority name:
Caerphilly County Borough Council
Publication date:
02 April 2016
Notice type:
Contract Award Notice
Authority name:
Caerphilly County Borough Council
Publication date:
22 April 2016
Notice type:
Contract Award Notice
Authority name:
Caerphilly County Borough Council
Publication date:
14 July 2016
Notice type:
Contract Award Notice
Authority name:
Caerphilly County Borough Council
Publication date:
21 December 2016
Notice type:
Contract Award Notice
Authority name:
Caerphilly County Borough Council
Publication date:
10 April 2017
Notice type:
Contract Award Notice
Authority name:
Caerphilly County Borough Council
Publication date:
10 April 2017
Notice type:
Contract Award Notice
Authority name:
Caerphilly County Borough Council
Publication date:
23 June 2017
Notice type:
Contract Award Notice
Authority name:
Caerphilly County Borough Council
Publication date:
07 July 2017
Notice type:
Contract Award Notice
Authority name:
Caerphilly County Borough Council
Publication date:
29 November 2017
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
11 June 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
11 June 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
06 February 2019
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
28 November 2019
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
09 July 2020
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
10 July 2020
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
04 October 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
26 March 2024
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
27 March 2024
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council

About the buyer

Main contact:
sellwhl@caerphilly.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
15/09/2015 16:16
Process change to for applying to the DPS
Please note in regards to section II.2.1 of the contract notice, under PROCEDURE AFTER COMPLETEION OF INITIAL DYNAMIC PURCHASING SYSTEM the instructions have changed for new applicants to the DPS and are now as follows: The DPS registration opportunity shall be opened up for the validity of the DPS following completion of the initial procurement process. A notice shall remain live on the e-tendering system Proactis Plaza detailing the opportunity. Providers shall need to email the Procurement mail box procurement@caerphilly.gov.uk their expression of interest to join the DPS. A new request shall be issued to the provider who has formally expressed an interest in the opportunity. The opportunity shall remain live for 30 days in order for the provider to submit their response. At the point when a provider submits their response, they shall be prompted to email the Procurement mail box procurement@caerphilly.gov.uk and the request shall manually close. The tender response shall be evaluated within 10 working days. Providers shall be notified of the outcome following the 10 working days. Contractors that have previously been established on to the Dynamic Purchasing System need not re-apply.
21/09/2015 11:49
Process change to for applying to the DPS
Please note in regards to section II.2.1 of the contract notice, under PROCEDURE AFTER COMPLETEION OF INITIAL DYNAMIC PURCHASING SYSTEM the instructions have changed for any new applicants wishing to join the DPS as follows: The DPS registration opportunity shall be opened up for the validity of the DPS following completion of the initial procurement process. A notice shall remain live on the e-tendering system Proactis Plaza detailing the opportunity at https://www.proactisplaza.com. Providers shall need to register their company onto the portal, guidance on registration below. When providers have registered, they shall need to email the Procurement mail box procurement@caerphilly.gov.uk their expression of interest to join. A new request shall be issued to the provider who has formally expressed an interest in the opportunity. The opportunity shall remain live for 30 days in order for the provider to submit their response. At the point when a provider submits their response, they shall be prompted to email the Procurement mail box procurement@caerphilly.gov.uk and the request shall manually be closed. The tender response shall be evaluated within 10 working days. Providers shall be notified of the outcome following the 10 working days. Contractors that have previously been established on to the Dynamic Purchasing System need not re-apply. Providers are invited to follow the following directions to register on the system: 1. Log in to the Proactis Plaza E-Sourcing Portal at https://www.proactisplaza.com 2. Click the "Sign Up" button. 3. Enter your details such as Organisation Name, Details and Primary Contact Details. 4. Please make a note of the Organisation ID and Login Name, then click Register. 5. You may then receive an email from the system asking you to Click here to activate your account. This takes you to Enter Organisation Details. Or you may be redirected straight to your account home page, depending on your browser. 6. Please enter the information requested, click Next and follow the instructions ensuring that you enter all applicable details. 7. In the Enter Product Classification screen please ensure that you select the Product Classification Codes (CPV Codes)that appear in the tender notice. 8. Accept the Terms and Conditions and then click Next. This takes you in to the Welcome window. 9. In the Welcome window please enter your Organisation name, Organisation ID and User Name (User ID). You now need to create your unique password. Please ensure that you make a note of this along with the other information already recorded. 10. Now click Done and you will enter the Supplier Home page.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.