Northamptonshire County Council Passenger Transport Services DPS Published by Tenders Electronic Daily

Northamptonshire County Council Passenger Transport Services DPS

Application deadline

24.04.2026, 00:00 hour

Procedure

Restricted procedure

Order type

Provision of services.

Main CPV code
  • Transport services (excl. Waste transport)
    60000000-8
Language

English

Contracting authority / owner

Northamptonshire County Council Passenger Transport Services DPS
One Angel Square, Angel Street
NN1 1ED Northampton

E-Mail: supplier.engagment@useadam.co.uk
Website: www.northamptonshire.go.uk

assignment

Northamptonshire County Council (the ‘Authority’) wishes to invite tenders for the supply of services in respect of Passenger Transport Services. This Dynamc Purchasing System (DPS) will commence on 8 June 2020 and is for a period of 4 years.

Description of procurement /scope of services

This Dynamic Purchasing System (DPS) is for delivery of passenger transport services; these will be for arrange of client groups including pupils (to/from mainstream and special educational needs establishments), social service users. These services will be for Northamptonshire County Council only. DPS will commence on the notified date and will be live for a maximum of 4 years if not extended.
This Dynamic Purchasing System (DPS) is for delivery of passenger transport services; these will be for arrange of client groups including pupils (to/from mainstream and special educational needs establishments), social service users. These services will be for Northamptonshire County Council only. DPS...
Show more

Others CPV Codes
  • Transport services (excl. Waste transport)
    60000000-8
  • Taxi services
    60120000-5
  • Hire of passenger transport vehicles with driver
    60170000-0
Project adress

Region (NUTS code): UKF2 Leicestershire, Rutland and Northamptonshire
Northamptonshire.

United Kingdom-Northampton: Transport services (excl. Waste transport)

2020/S 083-197898

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Northamptonshire County Council Passenger Transport Services DPS
Postal address: One Angel Square, Angel Street
Town: Northampton
NUTS code: UKF2
Postal code: NN1 1ED
Country: United Kingdom
E-mail: supplier.engagment@useadam.co.uk

Internet address(es):

Main address: www.northamptonshire.go.uk

Address of the buyer profile: http://demand.sproc.net

I.2)Information about joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://demand.sproc.net
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.sproc.net
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Northamptonshire County Council Passenger Transport Services DPS

II.1.2)Main CPV code
60000000
II.1.3)Type of contract
Services
II.1.4)Short description:

Northamptonshire County Council (the ‘Authority’) wishes to invite tenders for the supply of services in respect of Passenger Transport Services. This Dynamc Purchasing System (DPS) will commence on 8 June 2020 and is for a period of 4 years.

II.1.5)Estimated total value
Value excluding VAT: 120 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
60000000
60120000
60170000
II.2.3)Place of performance
NUTS code: UKF2
Main site or place of performance:

Northamptonshire.

II.2.4)Description of the procurement:

This Dynamic Purchasing System (DPS) is for delivery of passenger transport services; these will be for arrange of client groups including pupils (to/from mainstream and special educational needs establishments), social service users. These services will be for Northamptonshire County Council only. DPS will commence on the notified date and will be live for a maximum of 4 years if not extended.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

48-month DPS with an extension period of 24 months (12 months + 12 months).

II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of 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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 24/04/2026
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Adam HTT Ltd
Postal address: The Pinnacle, 170 Midsummer Boulevard
Town: Milton Keynes
Postal code: MK9 1BP
Country: United Kingdom
E-mail: supplier.engagement@useadam.co.uk

Internet address: http://demand.sproc.net/

VI.5)Date of dispatch of this notice:
24/04/2020