Section one: Contracting authority
one.1) Name and addresses
Walton Le Dale High School
Brindle Road, Bamber Bridge
Preston
PR5 6RN
Contact
Alia Trevanion
Alia.Trevanion@schoolsbuyingclub.com
Telephone
+44 8452577050
Country
United Kingdom
NUTS code
UKD45 - Mid Lancashire
Internet address(es)
Main address
https://www.waltonledale.lancs.sch.uk/
Buyer's address
https://in-tendhost.co.uk/schoolsbuyingclub
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/schoolsbuyingclub
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/schoolsbuyingclub
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
BC-10693 Walton Le Dale High School School Transportation
Reference number
BC-10693
two.1.2) Main CPV code
- 60172000 - Hire of buses and coaches with driver
two.1.3) Type of contract
Services
two.1.4) Short description
Walton Le Dale High School is a community Secondary School located in Lancashire and has 775 pupils.The proposed contract will be for the outsourced provision of School Transport services to the Client. It is the Client’s expectation that the Successful Bidder shall be responsible for the operation of the school transport function including employment and management of staff and a provide a range of vehicles that meet the requirements of the contract and all legal and health and safety requirements. The Successful Bidder will provide transportation of an appropriate capacity and to the timeframes specified in the Invitation to Tender (ITT) specifications.Currently, the Client operates five routes, please see below link. The Client requires these five routes to be managed by the Successful Supplier. https://www.waltonledale.lancs.sch.uk/parents/transport
two.1.5) Estimated total value
Value excluding VAT: £920,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD45 - Mid Lancashire
two.2.4) Description of the procurement
The proposed contract will be for the outsourced provision of School Transport services to the Client. It is the Client’s expectation that the Successful Bidder shall be responsible for the operation of the school transport function including employment and management of staff and a provide a range of vehicles that meet the requirements of the contract and all legal and health and safety requirements. The Successful Bidder will provide transportation of an appropriate capacity and to the timeframes specified in the Invitation to Tender (ITT) specifications.Currently, the Client operates five routes, please see below link. The Client requires these five routes to be managed by the Successful Supplier. https://www.waltonledale.lancs.sch.uk/parents/transport The Successful Bidder shall establish effective management and operational level communication systems at all levels regarding the School Transport service with customers that include; School management, parents, and pupils. In addition, the provider will also be responsible for all legal and health and safety & vehicle safety requirements in delivering the School Transport services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £920,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
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
As per the tendering documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
3 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom