Contract

South Fife School Bus Services - Contract Extensions

  • Fife Council

F03: Contract award notice

Notice identifier: 2022/S 000-002343

Procurement identifier (OCID): ocds-h6vhtk-03023a

Published 26 January 2022, 4:45pm



Section one: Contracting authority

one.1) Name and addresses

Fife Council

Fife House

Glenrothes

KY7 5LT

Contact

Sarah Cutler

Email

sarah.cutler@fife.gov.uk

Telephone

+44 3451550000

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

South Fife School Bus Services - Contract Extensions

Reference number

10349

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

Fife Council organises school bus services in line with The Education (Scotland) Act 1980 (Sections 42 & 51), as amended by the Education (Scotland) Act 1981, Education (Scotland) Act 1996 and The Standards in Scotland’s Schools etc Act 2000 and by enhancements agreed as Fife Council policy.

These contracts are for the supply of school bus services in South Fife.

These bus services which are the subject of this Notice are in South Fife. South Fife is an area comprising, though not exclusively so, the boundaries of the former Dunfermline District Council. In general terms, this area is bounded by Kincardine, Saline, Kelty, Cardenden, Aberdour and the Forth Coast between Aberdour and Kincardine. The main urban centres are Dunfermline, Rosyth, Inverkeithing, Dalgety Bay, Cowdenbeath, Lochgelly, Cardenden, Kelty and Ballingry. Services may operate wholly within the South Fife area but are not limited by its boundaries and may operate further afield.

On 18th May 2015 a notice informing operators of the award of the contracts was issued Reference No: MAY208977 OCID: ocds-r6ebe6-0000323478. The contracts originally commenced on 17th August 2015 with an end date of 14th August 2022. his notice is to extend these existing contracts with the incumbent suppliers for a period of 12 months until 13th August 2023 for the reasons detailed in section IV of this notice.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £5,722,539

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

South Fife

two.2.4) Description of the procurement

These contracts are an extension of the existing contracts for school bus services in South Fife:

All routes are prefixed SF, HS – High School, PS – Primary School

LK1 Crombie-­Limekilns PS

MS1 Pitreavie-Masterton PS

PR2 Pitcorthie-Pitreavie PS

QA10 Cairneyhill-Queen Anne HS (QA HS)

QA11 Cairneyhill-QA HS

QA12 Crossford-QA HS

QA13 Cairneyhill-QA HS

QA14 TH1 Kingseat-QA /HS Kingseat-Townhill PS

QA15 Low Valleyfield-QA HS

QA16 Kincardine -QA HS

QA1 ML1 Headwell-QA HS /Dunfermline-McLean PS

QA2 Comrie-QA HS

QA3 Blairhall-QA HS

QA4 Blairhall-QA HS

QA5 Gowkhall-QA HS

QA6 Oakley-QA HS

QA7 Oakley-QA HS

QA8 High Valleyfield-QA HS

QA9 Kincardine-QA HS

ASYM5 QA HS (additional vehicle)

SC1 Kelty-St Columba’s HS (SC HS)

SC10 Blairhall-SC HS

SC11 Cowstrandburn-SC HS

C12 Rosyth-SC HS

SC2 Ballingry-SC HS

SC3 Ballingry-SC HS

SC4 Cowdenbeath-SC HS

SC5 Kelty-SC HS

SC6 Aberdour- SC HS

SC7 Crossford-SC HS

SC8 North Queensferry–SC HS

SC9 Kincardine-SC HS

SJ1 Dunfermline-St John’s PS

SJ2 Aberdour-St John’s PS

SK1 Lochgelly-St Kenneth’s PS

SL1 Dunfermline-St Leonard’s PS

SN1 Kinglassie-St Ninian’s PS

ST1 Townhill-St Margaret’s PS/Commercial PS

ST2 Kingseat-St Margaret’s PS

ST3 Carnegie Campus-St Margaret’s PS

ST4 Gowkhall-St Margaret’s PS

ST5 Dunfermline-St Margaret’s PS

TB1CL1 Newmills-Torryburn PS /Low Valleyfield-Culross PS

TL1 Kincardine-Tulliallan PS

WM1 Ballyeoman-Woodmill HS

WM2 Limekilns-Woodmill HS

WM3 Balgeddie-Woodmill HS

WM4 Pitreavie-Woodmill HS

WM5 Crombie-Woodmill HS

BE1 Kelty-Beath HS

BE10 Kelty-Beath HS

BE2 Kelty-Beath HS

BE3 Kelty-Beath HS

BE4 Kelty-Beath HS

BE5FF1 Mossmorran-Beath HS /Cowdenbeath-Foulford PS

BE6 Dunfermline-Beath HS

BE7 Crossgates-Beath HS

BE8 Ballingry-Beath HS

BE9 Kelty-Beath HS

BL1 Comrie-Blairhall PS

CA1 Rosyth-Camdean PS

CM1 Pitreavie-Canmore PS

CM2 Dunfermline-Canmore PS

CN1 Duloch Park-Carnegie PS

CN2 Duloch Park-Carnegie PS

CR1 Halbeath-Crossgates PS

DE1 Jamphlars-Denend PS

DF1 PR1 Garvock Hill-Dunfermline HS /Dunfermline-Pitreavie PS

DF10 Dunfermline-Dunfermline HS

DF11 Kincardine-Dunfermline HS

DF12 Kincardine-Dunfermline HS

DF13 Crombie-Dunfermline HS

DF2 Carnegie Campus-Dunfermline HS

DF3 Dunfermline-Dunfermline HS

DF4 (IK16) Rosyth-Inverkeithing HS

DF5 Rosyth-Dunfermline HS

DF6 Rosyth-Dunfermline HS

DF7 Rosyth-Dunfermline HS

DF8 Rosyth-Dunfermline HS

DF9 Camdean-Dunfermline HS

ASYM3 Dunfermline HS (additional vehicle)

IK10 Masterton-Inverkeithing HS

IK11 North Queensferry-Inverkeithing HS

IK12 Rosyth-Inverkeithing HS

IK13 High Valleyfield-Inverkeithing HS

IK14 Rosyth-Inverkeithing HS

IK15 Rosyth- Inverkeithing HS

IK1SJ3 Aberdour-Inverkeithing HS /Rosyth-St John’s PS

IK2DB1 Aberdour-Inverkeithing HS /Hillend-Donibristle PS

IK3 Hillend-Inverkeithing HS

IK4 Dalgety Bay-Inverkeithing HS

IK5 Dalgety Bay-Inverkeithing HS

IK6 Dalgety Bay-Inverkeithing HS

IK7 Dalgety Bay-Inverkeithing HS

IK8 Dalgety Bay-Inverkeithing HS

IK9 Rosyth-Inverkeithing HS

KR1 Rosyth-Kings Road PS

LG1 Ballingry-Lochgelly HS

LG2 Ballingry-Lochgelly HS

LG3 Ballingry-Lochgelly HS

LG4 Lochore-Lochgelly HS

LG5 Woodend-Lochgelly HS

LG6 Dundonald-Lochgelly HS

LG7 Cardenden-Lochgelly HS

LG8 Cardenden-Lochgelly HS

LG9 Cowdenbeath-Lochgelly HS

AYM4 Lochgelly HS (additional vehicle)

two.2.5) Award criteria

Price

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Covid-19 has reduced demand so fares information for specifications can’t be provided and it’s unclear when passenger numbers will return to pre-Covid levels, leading to difficulty in pricing bids because fare levels are unknown. By extending contracts, we have time to obtain more realistic passenger level data. - Covid-19 has prevented us undertaking on-bus passenger surveys, a more effective tool than online ones with regard to response numbers. Recovered passenger levels will enable accurate surveys. - The Covid Support Grant will be revised/ended at some point, which is likely to impact bus operators’ income. There is concern that, when the Government support ends, marginal commercial bus routes will be withdrawn, putting pressure on the Council to subsidise replacements. The impact isn’t yet known but we wouldn’t want any decisions/outcomes to force us to amend/abandon a procurement in the near future. - Delay to implementing the Under 22s Free Travel Scheme leaves unknowns re. provision of passenger and pupil fare estimates and continued uncertainty over what the Government will be funding with regard to pupils on our registered school buses.

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-031427


Section five. Award of contract

Contract No

10349

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 January 2022

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Stagecoach East Scotland

Unit 9 u/f, Castle Business Centre, Queensferry Road, Pitreavie Industrial Estate

Dunfermline

KY11 8NT

Country

United Kingdom

NUTS code
  • UKM7 - Eastern Scotland
The contractor is an SME

No

five.2.3) Name and address of the contractor

Bay Travel

3 Glenfield Industrial Estate

Cowdenbeath

KY4 9HT

Country

United Kingdom

NUTS code
  • UKM72 - Clackmannanshire and Fife
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Festival Travel (Scotland) Ltd

12 Kirklands Park Grove, Kirkliston

Edinburgh

EH29 9EU

Country

United Kingdom

NUTS code
  • UKM73 - East Lothian and Midlothian
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Merlin Travel

41 Pollock Walk

Dunfermline

KY129DA

Country

United Kingdom

NUTS code
  • UKM72 - Clackmannanshire and Fife
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Prentice Westwood Ltd.

Westwood

West Calder

EH55 8PW

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

First Group t/a First Aberdeen Limited, First Glasgow Limited, First Scotland East Limited

Carmuirs House, 300 Stirling Road

Larbert

FK5 3NJ

Country

United Kingdom

NUTS code
  • UKM76 - Falkirk
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £5,640,890


Section six. Complementary information

six.3) Additional information

EXTENSION INFORMATION

CONTRACT - OPERATOR - ANNUAL PRICE GBP

SF/BE1 Bay Travel 43,240.22

SF/BE2 Bay Travel 43,240.22

SF/BE3 Stagecoach 61,753.04

SF/BE4 Bay Travel 43,240.22

SF/BE5 FF1 HS Stagecoach 49,185.25

SF/BE5 FF1 PS Stagecoach 9,678.08

SF/BE6 Stagecoach 59,038.73

SF/BE7 Stagecoach 52,724.21

SF/BE8 Stagecoach 48,957.48

SF/BE9 Bay Travel 39,387.91

SF/BE10 Bay Travel 37,050.00

SF/DF1 PR1 HS Merlin Travel 27,319.86

SF/DF1 PR1 PS Merlin Travel 17,074.91

SF/DF2 Stagecoach 46,658.37

SF/DF4 IK16 First Scotland 62,846.30

SF/DF5 First Scotland 57,794.25

SF/DF6 Festival 54,313.94

SF/DF7 Festival 55,263.12

SF/DF8 Stagecoach 54,651.43

SF/DF9 Festival 52,310.13

SF/DF10 First Scotland 51,255.49

SF/DF11 First Scotland 47,458.78

SF/DF12 Stagecoach 66,354.60

SF/DF13 Prentice Travel 55,263.12

SF/IK1 SJ3 HS Festival 46,518.29

SF/IK1 SJ3 PS Festival 12,541.53

SF/IK2 DB1 HS Festival 50,950.76

SF/IK2 DB1 PS Festival 8,109.06

SF/IK3 Stagecoach 62,219.30

SF/IK4 Festival 40,076.31

SF/IK5 Festival 40,076.31

SF/IK6 Festival 40,076.31

SF/IK7 Stagecoach 49,146.21

SF/IK8 Prentice Travel 46,193.22

SF/IK9 Prentice Travel 44,716.72

SF/IK10 Stagecoach 45,236.27

SF/IK11 Prentice Travel 53,575.69

SF/IK12 Prentice Travel 48,091.57

SF/IK13 3 Stagecoach 43,019.88

SF/IK14 Stagecoach 42,795.74

SF/IK15 Bay Travel 41,720.11

SF/LG1 Stagecoach 65,333.26

SF/LG2 Stagecoach 65,333.26

SF/LG3 Stagecoach 65,333.26

SF/LG4 Stagecoach 65,082.37

SF/LG5 Stagecoach 67,435.88

SF/LG6 Stagecoach 65,810.62

SF/LG7 Stagecoach 65,869.46

SF/LG8 Stagecoach 61,917.34

SF/LG9 Stagecoach 50,416.22

SF/QA1ML1 HS Stagecoach 39,336.22

SF/QA1ML1 PS Stagecoach 11,131.07

SF/QA2 Stagecoach 60,319.84

SF/QA3 First Scotland 51,888.27

SF/QA4 Stagecoach 64,850.35

SF/QA5 Stagecoach 60,070.05

SF/QA6 First Scotland 51,888.27

SF/QA6 ADDON First Scotland 3,800.00

SF/QA7 First Scotland 51,888.27

SF/QA7 ADDON First Scotland 3,800.00

SF/QA8 First Scotland 55,263.12

SF/QA10 First Scotland 53,364.77

SF/QA11 First Scotland 54,841.26

SF/QA12 Stagecoach 54,241.78

SF/QA14 TH1 HS Bay Travel 19,786.54

SF/QA14 TH1 PS Bay Travel 30,836.16

SF/QA15 Stagecoach 47,237.17

SF/QA16 Bay Travel 42,750.00

SF/SC1 Bay Travel 37,967.03

SF/SC2 Stagecoach 64,784.85

SF/SC3 Stagecoach 64,784.85

SF/SC4 Bay Travel 37,967.03

SF/SC5 Stagecoach 61,818.53

SF/SC6 Bay Travel 42,185.59

SF/SC7 Stagecoach 61,104.71

SF/SC8 Stagecoach 61,565.42

SF/SC9 Stagecoach 66,264.67

SF/SC10 Stagecoach 55,339.72

SF/SC11 Stagecoach 61,806.32

SF/SC12 Festival 52,310.13

SF/WM1 Bay Travel 36,912.39

SF/WM3 Stagecoach 47,412.16

SF/WM4 Stagecoach 53,627.87

SF/WM5 Stagecoach 60,810.52

SF/BL1 Stagecoach 46,646.16

SF/CA1 Stagecoach 47,908.39

SF/CM1 Bay Travel 33,748.47

SF/CM2 Stagecoach 54,489.34

SF/CN1 Stagecoach 54,891.22

SF/CN2 Stagecoach 53,978.68

SF/CR1 Stagecoach 47,760.74

SF/DE1 Stagecoach 50,828.08

SF/KR1 Festival 19,827.23

SF/LK1 Stagecoach 58,408.16

SF/MS1 Festival 24,889.50

SF/PR2 Stagecoach 53,964.24

SF/SJ1 Festival 24,889.50

SF/SJ2 Bay Travel 44,294.86

SF/SK1 Prentice Travel 55,895.90

SF/SL1 Prentice Travel 49,357.13

SF/ST1 Stagecoach 58,493.64

SF/ST2 Stagecoach 59,125.32

SF/ST3 Stagecoach 58,912.17

SF/ST4 Stagecoach 54,492.67

SF/ST5 Stagecoach 58,179.47

SF/SN1 Stagecoach 52,472.21

SF/TB1CL1 Stagecoach 58,425.93

SF/TL1 Stagecoach 51,652.92

SF/QA3ADDON First Scotland 210.49

ASYM1DF3ADDON First Scotland 60,047.26

ASYM1DF5 First Scotland 4,420.20

ASYM1DF10 First Scotland 7,156.52

ASYM1DF11 First Scotland 8,629.92

ASYM2QA3 First Scotland 8,840.41

ASYM2QA6 First Scotland 9,050.89

ASYM2QA7 First Scotland 9,050.89

ASYM2QA8 First Scotland 7,367.01

ASYM2QA10 First Scotland 7,577.49

ASYM2QA11 First Scotland 5,472.63

ASYM3 Stagecoach 60,650.96

ASYM4 Stagecoach 41,800.29

ASYM5 Stagecoach 2,525.83

ASY10 QA12 Stagecoach 54,211.20

ASY11 QA14 Bay Travel 44,202.04

SF/SC1 ADDON Bay Travel 8,597.75

SF/WM2 3 Stagecoach 30,878.96

ASYM2QA8ADDON First Scotland 3,861.56

ASYM2QA9ADDON First Scotland 64,488.05

ASYM2QA13ADDON First Scotland 62,364.19

(SC Ref:680896)

six.4) Procedures for review

six.4.1) Review body

Kirkcaldy Sheriff Court

Kirkcaldy

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.