Tender

BC-10693 Walton Le Dale High School School Transportation

  • Walton Le Dale High School

F02: Contract notice

Notice identifier: 2021/S 000-001934

Procurement identifier (OCID): ocds-h6vhtk-028ee4

Published 1 February 2021, 11:54am



Section one: Contracting authority

one.1) Name and addresses

Walton Le Dale High School

Brindle Road, Bamber Bridge

Preston

PR5 6RN

Contact

Alia Trevanion

Email

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