Section one: Contracting authority
one.1) Name and addresses
University of Kent
The Registry
Canterbury, Kent
CT2 7NZ
Contact
Max Hubbard
Country
United Kingdom
Region code
UKJ4 - Kent
National registration number
XN5452
Internet address(es)
Main address
https://www.kent.ac.uk/finance/procurement.html
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/97209
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
Campus Shuttle Bus Service
Reference number
MH23_001
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
The main purpose of this Contract is for the provision of a shuttle bus service operating between the University’s two main campuses that are Canterbury and Medway.
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: £1,163,410
two.2) Description
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60130000 - Special-purpose road passenger-transport services
- 60172000 - Hire of buses and coaches with driver
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
The main purpose of this Contract is for the provision of a shuttle bus service operating between the University’s two main campuses that are Canterbury and Medway.
This service operates during the academic term times and is for the students and staff of the University of Kent.
This service provision may be extended to other partnering Universities in the future, in the Canterbury and Medway geographical area (subject to further discussion and negotiation with the successful Contractor).
The Service Provider must hold a valid Public Service Operators Licence and provide suitable coaches with competent and trained drivers to operate this service.
The Service shall consist of suitably sized coaches to run concurrently from each campus daily operating a day, evening and weekend service accommodating the booking demands for every journey. (The present service consists of two 29 seater coaches and a 52 seater operating as and when the demand requires).
The Service Provider is expected to be proactive in monitoring the demand times and to be flexible in the supply of service by accommodating the peak demand times with a larger vehicle when necessary.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-030525
Section five. Award of contract
Contract No
1
Title
Campus Shuttle Bus Service
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 January 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Zeelo Ltd
110 Clifton Street
London
EC2A 4HT
Telephone
+44 7943192460
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
GB251424336
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,163,410
Lowest offer: £1,163,410 / Highest offer: £3,000,343 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom