Section one: Contracting authority
one.1) Name and addresses
New College Lanarkshire
1 Enterprise Way
Motherwell
ML1 2TX
Contact
Lauren Millar
Telephone
+44 7597854753
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.nclanarkshire.ac.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00461
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
Provision of Mini Bus and Coach Hire Services
Reference number
NCL-23-027
two.1.2) Main CPV code
- 60170000 - Hire of passenger transport vehicles with driver
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is seeking a Contractor(s) for the Provision of Ad Hoc Mini Bus and Coach Hire Services for their three main campuses - Motherwell, Coatbridge and Cumbernauld.
two.1.5) Estimated total value
Value excluding VAT: £228,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34121000 - Buses and coaches
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
Motherwell, Coatbridge and Cumbernauld
two.2.4) Description of the procurement
Provision of Ad Hoc Mini Bus and Coach Hire Services.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery – Booking Methodology / Weighting: 5
Quality criterion - Name: Service Delivery – Passenger Transport / Weighting: 10
Quality criterion - Name: Service Delivery – Management of Fleet / Weighting: 10
Quality criterion - Name: Operation and Management of the Agreement / Weighting: 12
Quality criterion - Name: Responsible Procurement – Environmental Impact / Weighting: 3
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial agreement duration will be for 24 months. Thereafter, the Authority reserves the right to extend the Agreement for a further two periods of 12 months, subject to satisfactory performance and continued Authority requirements.
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Tenderers must confirm they hold the following current licences & memberships and will maintain them through the duration of the Contract:
- Public Service Operators Licence or 22 permits under section 19.
- All employees hold Protecting Vulnerable Groups (PVG) membership.
three.2.2) Contract performance conditions
As per specification of requirements, the SPD and all tender documentation.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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
8 April 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 April 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: March 2026, or March 2027, or March 2028.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26184. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:758852)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
Country
United Kingdom