Tenders

2021 Somerset County Council DPS for the Provision of Passenger Transport

Open
Deadline
29 days left
March 31, 2026
Contract Details
Category
Other
Reference
000678-2021
Value
£230,000,000
Location
Dorset and Somerset, United Kingdom
Published
February 23, 2026
CPV Code
Project Timeline

Tender Published

January 13, 2021

Deadline for Questions

March 24, 2026

Submission Deadline

March 31, 2026

Contract Start Date

March 31, 2021

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£230,000,000
Duration
Not specified
Location
Dorset and Somerset
Type
Other
66
Quality Score/100
Good

Original Tender Description

Somerset County Council wishes to establish a new Dynamic Purchasing System (DPS) under which all procurement activity for the provision of high quality and cost effective Passenger Transport will be conducted. This is to replace the current Passenger Transport DPS which expires on 31st March 2021. All existing suppliers will need to reapply to the new DPS. The type of transport the Council provides includes Home to School transport service for children in mainstream education and children with Special Educational Needs and Disabilities (SEND), Children and Adult Services, County bus services, Ad Hoc Taxis and Minibus / Coach hire, and any other passenger transport services. On certain routes there is a requirement for regular drivers, and/or passenger assistants. The Council also provides scheduled local bus services to meet public transport requirements which would otherwise not be met; these are scheduled public passenger transport services that transport citizens within the boundary of Somerset County Council and across neighbouring council boundaries, when the Council provides additional subsided services. The DPS will commence on 1st April 2021 and will run for 5 years (to 31st March 2026) with the option to extend by 2 further periods of 2 years each (Maximum of nine years in total to 31st March 2030). The total value of the DPS over the total agreement period for all four Lots is GBP 230,000,000 Somerset County Council is managing this procurement process in accordance with the Public Contracts Regulations 2015 (SI 2015/102) The DPS is split into four Lots; suppliers will be able to bid for one or more Lots as follows – Lot 1: Vehicles over 23 Passenger Seats Lot 2: Vehicles 9 to 22 Passenger Seats Lot 3: Vehicles up to 8 Passenger Seats Lot 4: Vehicles up to 8 Passenger Seats where contracts are required on an accelerated timescale

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

19 requirements across 5 categories

Submission (3)
Mandatory (1)
Compliance (8)
Technical (6)
Financial (1)
SUBMISSION REQUIREMENTS3
--Submit an application to join the Dynamic Purchasing System (DPS).
--Applications can be submitted up until the DPS end date of 31st March 2026.
--Specify which of the four Lots the company is bidding for (Lot 1, Lot 2, Lot 3, Lot 4, or a combination).
MANDATORY EXCLUSION GROUNDS1
--Comply with the mandatory exclusion grounds as set out in the Public Contracts Regulations 2015 (SI 2015/102).
ELIGIBILITY REQUIREMENTS8
--Be a provider capable of delivering high quality and cost-effective passenger transport services.
--Be capable of providing Home to School transport for mainstream and Special Educational Needs and Disabilities (SEND) children.
--Be capable of providing Children and Adult Services transport.
TECHNICAL CAPABILITY REQUIREMENTS6
--Possess vehicles over 23 Passenger Seats for Lot 1.
--Possess vehicles 9 to 22 Passenger Seats for Lot 2.
--Possess vehicles up to 8 Passenger Seats for Lot 3 and Lot 4.
FINANCIAL REQUIREMENTS1
--No specific financial requirements (e.g., minimum turnover, insurance levels) are explicitly stated in the provided tender information.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

1 documents available with AI summaries

Official PDF VersionPDF
000678-2021_official.pdf

Somerset County Council is establishing a new £230M Dynamic Purchasing System (DPS) for passenger transport services, including school, SEND, adult, and public bus routes, across four vehicle-size lots, running for up to nine years.

Documents Preview

Sign up to view document summaries and analysis

66
Good

Tender Quality Score

This tender establishes a Dynamic Purchasing System (DPS) for passenger transport services, offering a flexible framework with a long duration and clear lot segmentation. However, the critical absence of full tender documents and specific evaluation criteria significantly hinders transparency and fairness.

Score Breakdown

Legal Compliance100/100

The tender states compliance with the Public Contracts Regulations 2015 (SI 2015/102) and mentions mandatory exclusion grounds, which is positive. The use of a DPS is a valid procurement tool. However, the classification as 'Restricted' procedure contradicts the nature of a DPS, which typically involves an open procedure for admission to the system.

Contradiction between stated 'Restricted' procedure type and the described 'Dynamic Purchasing System' (DPS) which implies an open admission process.
Lack of full tender documents prevents a comprehensive verification of legal compliance beyond the stated intent.
Clarity40/100

The description of the DPS, its purpose, duration, and the four lots is clear. The extracted eligibility and technical capability requirements outline the types of services and vehicles needed. However, the absence of detailed tender documents means the specific methodologies for demonstrating these capabilities and the criteria for evaluating 'high quality and cost-effective' services remain undefined.

Lack of detailed tender documents makes it impossible to understand the specific requirements and evaluation methodology.
Subjective nature of 'high quality and cost-effective' without defined metrics or evaluation criteria.
Completeness75/100

Basic tender information, a comprehensive description of services, and the DPS structure are provided. However, the tender is critically incomplete due to the absence of any attached documents. This leads to missing essential details such as specific financial requirements, detailed technical specifications, and, most importantly, evaluation criteria.

Critical absence of full tender documents (e.g., ITT, specifications, terms and conditions).
Missing explicit evaluation criteria for assessing applications to the DPS.
Fairness80/100

The DPS model, allowing continuous admission and requiring existing suppliers to reapply, generally promotes fairness and open competition. The division into lots also encourages participation from a wider range of suppliers. However, the lack of clear, objective evaluation criteria poses a significant risk of subjective assessment, potentially undermining fairness.

Risk of subjective assessment due to the absence of clear and objective evaluation criteria for 'high quality and cost-effective' services.
The lack of specific financial requirements could lead to inconsistent or unfair comparisons if not properly managed during evaluation.
Practicality20/100

The DPS structure is practical for managing ongoing, diverse passenger transport needs, offering flexibility for both the Council and suppliers. The lot segmentation based on vehicle size and the provision for accelerated contracts (Lot 4) are practical considerations. However, the lack of detailed documentation will create significant practical challenges for bidders in preparing applications and for the Council in conducting consistent evaluations.

Lack of detailed requirements and evaluation criteria will complicate application preparation for bidders and consistent evaluation for the Council.
Absence of e-submission functionality (as flagged by automated checks) is a practical drawback in modern procurement.
Data Consistency100/100

The DPS duration and extension options are consistently stated. However, there is a significant inconsistency in the currency used for the estimated value, stating both GBP 230,000,000 in the description and EUR 230,000,000 in the financial information section. Additionally, the 'Restricted' procedure type contradicts the nature of a DPS.

Inconsistency in the currency of the estimated value (GBP vs. EUR).
Inconsistency between the stated 'Restricted' procedure type and the description of a 'Dynamic Purchasing System'.
Sustainability0/100

The tender does not include any explicit green procurement or social criteria. For a long-term, high-value public service contract, this represents a missed opportunity to leverage public spending for broader environmental and social benefits.

Absence of specific green procurement criteria.
Absence of specific social criteria.

Strengths

Utilizes a Dynamic Purchasing System (DPS) for flexibility and continuous market access.
Clear segmentation into four lots based on vehicle capacity, promoting broader supplier participation.
Long duration (up to 9 years) provides stability for both the contracting authority and potential suppliers.
Comprehensive scope of services covering diverse passenger transport needs.
Explicit mention of compliance with Public Contracts Regulations 2015.

Concerns

Critical absence of full tender documents, making a comprehensive assessment impossible and hindering bidder preparation.
Lack of explicit and objective evaluation criteria for 'high quality and cost-effective' services, risking subjective assessment.
Missing specific financial requirements (e.g., minimum turnover, insurance levels) for a high-value DPS.
Inconsistency in the stated currency for the estimated value (GBP vs. EUR).
Contradiction between the 'Restricted' procedure type and the described 'Dynamic Purchasing System'.

Recommendations

1. Immediately publish all comprehensive tender documents, including detailed specifications, terms and conditions, and a clear evaluation methodology.
2. Define specific, measurable, achievable, relevant, and time-bound (SMART) evaluation criteria for 'high quality and cost-effective' services.
3. Clarify and publish specific financial requirements (e.g., minimum turnover, insurance) appropriate for the scale of services and correct the currency inconsistency for the estimated value.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Add to Pipeline