Section one: Contracting authority
one.1) Name and addresses
The Romsey School
Great Bridge
Romsey
SO51 8ZB
Karis.Lucano@tenetservices.com
Telephone
+44 1794527001
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.romsey.hants.sch.uk
Buyer's address
http://www.romsey.hants.sch.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
The Romsey School
Great Bridge
Romsey
SO51 8ZB
Karis.Lucano@tenetservices.com
Telephone
+44 1794527001
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.romsey.hants.sch.uk
Buyer's address
http://www.romsey.hants.sch.uk
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Romsey School - Student Transport Services
Reference number
CA11584 -
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
The Romsey School are looking to tender for their Student Transport Services contract. The required contract start date is 1st September 2023. Currently the service is outsourced to a single supplier. Further information on the School's requirements can be found within the Invitation to Tender
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Route 514
Lot No
1
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
Main site or place of performance
Southampton
two.2.4) Description of the procurement
Route 514 required to provide Student Transport Services to and from The Romsey School at the start and end of the School day. Numerous stops are included starting at Rockleigh Road/Hill Lane with the last stop prior to arriving at the School being Rownhams Lane/Bedes Lea Pub. A return of this journey is required at the end of the School day.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Route 513
Lot No
2
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
Main site or place of performance
Southampton
two.2.4) Description of the procurement
Route 513 required to provide Student Transport Services to and from The Romsey School at the start and end of the School day. Numerous stops are included starting at King Edwards Avenue Romsey Road with the last stop prior to arriving at the School being Upton Crescent . A return of this journey is required at the end of the School day.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Route 517
Lot No
3
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
Main site or place of performance
Southampton
two.2.4) Description of the procurement
Route 517 required to provide Student Transport Services to and from The Romsey School at the start and end of the School day. Numerous stops are included starting at London Road Law Courts with the last stop prior to arriving at the School being Oasis Academy . A return of this journey is required at the end of the School day.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Routes 514, 513 & 517
Lot No
4
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
Main site or place of performance
Southampton
two.2.4) Description of the procurement
Lot 4 is for all routes 514, 513 and 517. The School will decide at contract award whether to award the routes/lots separately under lots 1-3 or jointly to one supplier under lot 4. Routes 514, 513 and 517 are required to provide Student Transport Services to and from The Romsey School at the start and end of the School day. Numerous stops are included and are stated within the Invitation to Tender . A return of the journeys are required at the end of the School day.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
three.1.2) Economic and financial standing
List and brief description of selection criteria
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards possibly required
As stated in tender documents
Minimum Insurance Levels: £5m PL & EL
three.1.3) Technical and professional ability
List and brief description of selection criteria
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards possibly required
As stated in tender documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 February 2023
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
10 February 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) – any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
six.4) Procedures for review
six.4.1) Review body
Tenet Education Services Ltd
Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 7834518948
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Tenet Education Services Ltd
Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 7834518948
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).
six.4.4) Service from which information about the review procedure may be obtained
Tenet Education Services Ltd
Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 7834518948
Country
United Kingdom