Opportunity

Schools Bus Franchises Tranche 3

  • Greater Manchester Combined Authority

F02: Contract notice

Notice reference: 2024/S 000-005898

Published 23 February 2024, 9:30am



Section one: Contracting authority

one.1) Name and addresses

Greater Manchester Combined Authority

Tootal Buildings, 56 Oxford Street

Manchester

M1 6EU

Contact

Ms Ioana Maier

Email

ioana.maier@tfgm.com

Telephone

+44 1612440846

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.tfgm.com

Buyer's address

http://www.tfgm.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/SupplierRegistration/Register

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/SupplierRegistration/Register

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Schools Bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Schools Bus Franchises Tranche 3

Reference number

DN711467

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

In accordance with the provisions of the Transport Act 2000 (as amended by the Bus Services Act 2017) and having followed the legislative procedure set out within the same, the Mayor of Greater Manchester decided on 25th March 2021 to introduce a bus franchising scheme for the entire Greater Manchester Combined Authority ('GMCA') area. As the executive body with responsibility for various transport functions on behalf of the GMCA, TfGM is responsible for various functions associated with the implementation and operation of the franchising scheme, including but not limited to undertaking and managing the procurement process for the school service franchises. The GMCA will be the contracting entity and the bus franchising scheme will be overseen and managed by Transport for Greater Manchester ('TfGM'), including the procurement of Schools Bus Franchises services, on behalf of the GMCA. The procurement of Schools Bus Franchises packages will take place in three tranches which will align with the three franchises in which Large and Small franchises are being procured. These franchises will not all be introduced simultaneously, due to various transitional and implementation issues that will need to be addressed. The School Bus Franchises will be tendered in three Franchise Tranches determined by geographical area, as follows:

(i) The first Schools Franchise Tranche (broadly covering Bolton, Salford and Wigan), contained 23 schools only franchises;

(ii) The second Schools Franchise Tranche (broadly covering Bury, Rochdale, North Manchester and Oldham) contained 9 schools only franchises; and

(iii) The third Schools Franchise Tranche (broadly covering Tameside, Stockport, South Manchester and Trafford) contains 9 schools only franchises.

TfGM and GMCA require school services to commence on the Franchise Scheme Commencement Date (as defined in the Schools Bus Franchise Agreement) which is before the point at which the services under this contract can be operated pursuant to a local services contract pursuant to s.123K(4) of the Transport Act 2000. Due to this, the successful Tenderer for each Lot will contract with TfGM under TfGM’s delegated powers under section 9A of the Transport Act 1968 (and the Manchester City Council Report for Resolution following the Greater Manchester Combined Authority (Functions and Amendments) Order 2019 No. 793) and sections 89-92 of the Transport Act 1985 as a secured service contract for the period from the date that the Schools Bus Franchise Agreement is entered into following contract award until the end of the period which is 9 months after the contract is entered into. GMCA intends to issue service permits for such school services to the extent required to operate such school services within the area of the Franchising Scheme prior to the Franchise Scheme Commencement Date.

Schools Bus Franchises Key Principles

The key elements of the commercial approach to franchising in Greater Manchester are summarised below. Further detail can be found in the ITT document, which can be found on the Pro-Contract ETendering portal: https://procontract.duenorth.com

Depots: Operators will be required to provide their own depot facilities.

Intelligent Transport Systems (ITS): TfGM will procure contracts for the supply and maintenance of some aspects of the required ITS solution (such as vehicle location, ticketing and driver communications systems) to ensure a standardised approach.

The scope of this procurement is to procure contracts under each of the 9 lots (each of which relates to a franchise school package in Tranche 3) based on the schools served, ranging in size from 2 to 11 Peak Vehicle Requirement (PVR).

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Package A - Manchester

Lot No

1

two.2.2) Additional CPV code(s)

  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 1 is referred to as “Package A - Manchester”. Within the package there is a Peak Vehicle requirement of 6 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (55 months) which is the initial term plus renewals.

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: £2,294,885

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The agreement includes two options to extend, each for a further 12 months.

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

Package B - Stockport

Lot No

2

two.2.2) Additional CPV code(s)

  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 2 is referred to as “Package B - Stockport”. Within the package there is a Peak Vehicle requirement of 10 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (55 months) which is the initial term plus renewals.

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: £3,824,808

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The agreement includes two options to extend, each for a further 12 months.

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

Package C - Tameside

Lot No

3

two.2.2) Additional CPV code(s)

  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 3 is referred to as “Package C - Tameside”. Within the package there is a Peak Vehicle requirement of 10 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (55 months) which is the initial term plus renewals.

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: £3,824,808

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The agreement includes two options to extend, each for a further 12 months.

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

Package D -Trafford

Lot No

4

two.2.2) Additional CPV code(s)

  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 4 is referred to as “Package D -Trafford”. Within the package there is a Peak Vehicle requirement of 11 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (55 months) which is the initial term plus renewals.

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: £4,207,289

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The agreement includes two options to extend, each for a further 12 months.

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

Package E - Manchester and Trafford A

Lot No

5

two.2.2) Additional CPV code(s)

  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 5 is referred to as “Package E -Manchester and Trafford A”. Within the package there is a Peak Vehicle requirement of 10 and the services should be operated using TfGM’s owned vehicles. The estimated value of the contract indicated covers the full term of the contract (31 months). There are no rights for either party to extend this contract.

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: £1,436,391

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

31

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

Package F - Stockport and Tameside A

Lot No

6

two.2.2) Additional CPV code(s)

  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 6 is referred to as “Package F -Stockport and Tameside A”. Within the package there is a Peak Vehicle requirement of 11 and the services should be operated using TfGM’s owned vehicles. The estimated value of the contract indicated covers the full term of the contract (31 months). There are no rights for either party to extend this contract.

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: £1,580,030

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

31

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

Package G - Manchester and Trafford B

Lot No

7

two.2.2) Additional CPV code(s)

  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 7 is referred to as “Package G - Manchester and Trafford B”. Within the package there is a Peak Vehicle requirement of 3 and the services should be operated using TfGM’s owned vehicles. The estimated value of the contract indicated covers the full term of the contract (31 months). There are no rights for either party to extend this contract.

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: £430,917

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

31

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

Package H - Stockport and Tameside B

Lot No

8

two.2.2) Additional CPV code(s)

  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 8 is referred to as “Package H -Stockport and Tameside B”. Within the package there is a Peak Vehicle requirement of 3 and the services should be operated using TfGM’s owned vehicles. The estimated value of the contract indicated covers the full term of the contract (31 months). There are no rights for either party to extend this contract.

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: £430,917

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

31

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

Package I - King David

Lot No

9

two.2.2) Additional CPV code(s)

  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 9 is referred to as “Package I - King David”. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (55 months) which is the initial term plus renewals.

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: £764,961

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The agreement includes two options to extend, each for a further 12 months.

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.1.2) 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Transport for Greater Manchester's particular conditions are set out in the tender

documentation made available via Pro-contract.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

28 March 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 March 2024

Local time

12:00pm

Information about authorised persons and opening procedure

TfGM's authorised person will remove the seal of the tenders.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

• Please note the return date and time – 28/3/2024 at 12 Noon is the final date for

submission of the completed ITT,

• This Procurement process will be conducted through the Pro Contract e-tendering portal

and any submission made outside of this portal will be disqualified,

• All communications, including tender submission must be written in English,

• Nothing in this procurement process is intended to form any express or implied contractual

relationship between parties unless and until the award of a contract is concluded,

• Any contract entered into as a result of this procurement will be considered to be a

contract governed by English Law and subject to the exclusive jurisdiction of the Courts of

England and Wales,

• TfGM is not liable for any costs, fees or expenses (including third party costs, fees or

expenses) incurred by those expressing an interest in, negotiating or tendering for this

contract opportunity,

• TfGM reserves the right to terminate this procurement process or to amend or vary the

process at any time prior to the conclusion of the award of contract without liability to any

party.

six.4) Procedures for review

six.4.1) Review body

Transport for Greater Manchester

Manchester

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures

TfGM will incorporate a minimum 10 calendar day standstill period at the point information

on the award of the contract is communicated to tenderers. This period allows unsuccessful

tenderers to receive further debriefing from the contracting authority before the contract is

entered into. Applicants who are unsuccessful shall be informed by TfGM as soon as possible

after the decision has been made as to the reasons why the applicant was unsuccessful.

Should additional information be required it should be requested of the addressee in section

I.1.

If an appeal regarding the award of the contract has not been successfully resolved, Utilities

Contract Regulations 2016 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 30 days). If a declaration of ineffectiveness is sought, any

such action must be brought within 30 days where TfGM has communicated the award of the

contract and a summary of reasons to tenderers, or otherwise within 6 months. Where a

contract has not been entered into, the Court may order the setting aside of the award

decision or order the authority to amend any document and may award damages. If the

contract has been entered into the Court may, depending on the circumstances, award

damages, make a declaration of ineffectiveness, order TfGM to pay a fine, and/or order that

the duration of the contract be shortened. The purpose of the standstill period referred to

above is to allow the parties to apply to the Courts to set aside the award decision before the

contract is entered into.