Opportunity

Student Transport 2024

  • Bridgwater and Taunton College

F02: Contract notice

Notice reference: 2024/S 000-007720

Published 11 March 2024, 3:50pm



Section one: Contracting authority

one.1) Name and addresses

Bridgwater and Taunton College

Bridgwater Campus Bath Road

Bridgwater

TA6 4PZ

Contact

Kirsty Ingle

Email

inglek@btc.ac.uk

Telephone

+44 1278441214

Country

United Kingdom

NUTS code

UKK23 - Somerset

Internet address(es)

Main address

www.btc.ac.uk

one.3) Communication

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

https://in-tendhost.co.uk/educationportal/aspx/Home

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/educationportal/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Higher and Further Education Provider

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Student Transport 2024

Reference number

KI/ST/2024

two.1.2) Main CPV code

  • 60100000 - Road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

The aim of the Student Transport Service will be to provide high quality transport for the students and staff of the College. There are 6 lots available within this provision. Lot 1 - MOD Abbeywood to Bridgwater and Taunton College (BTC) Lot 2 - Weston-Super-Mare and Worle to BTC (Bridgwater Campus) - 2 ROUTES. Addition - One of these services needs to continue on to the Cannington Campus and Agricultural Innovation Centre, Rodway Farm (AIC);Lot 3 - Castle Cary/Shepton Mallett to BTC (Bridgwater Campus ) Lot 4 - Yeovil to BTC (Bridgwater Campus) Lot 5 - Tiverton to BTC (Bridgwater Campus) Lot 6 - Ad Hoc Journeys

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lots will be awarded to the winning supplier. Minimum of 1 lot, maximum of 6 lots

two.2) Description

two.2.1) Title

Lot 1 - MOD Abbeywood to Bridgwater and Taunton College

Lot No

Lot 1 - MOD Abbeywood to Bridgwater and Taunton College

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset

two.2.4) Description of the procurement

Lot 1 - MOD Abbeywood to Bridgwater and Taunton College (BTC)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 September 2024

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

Extension Period will be 1 x 1 year.

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

Lot 2 - Lot 2 - Weston-Super-Mare and Worle to BTC (Bridgwater Campus)

Lot No

Lot 2 - Lot 2 - Weston-Super-Mare and Worle to BTC (Bridgwater Campus)

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset

two.2.4) Description of the procurement

Lot 2 - Weston-Super-Mare and Worle to BTC (Bridgwater Campus) - 2 ROUTES. Addition - One of these services needs to continue on to the Cannington Campus and Agricultural Innovation Centre, Rodway Farm (AIC);

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 September 2024

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

1 x 1 year extension

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

Lot 3 - Castle Cary/Shepton Mallett to BTC (Bridgwater Campus )

Lot No

Lot 3 - Castle Cary/Shepton Mallett to BTC (Bridgwater Campus )

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset

two.2.4) Description of the procurement

Lot 3 - Castle Cary/Shepton Mallett to BTC (Bridgwater Campus )

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 September 2024

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

1 x 1 year extension

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

1 x 1 year extension

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

Lot 4 - Yeovil to BTC (Bridgwater Campus)

Lot No

Lot 4 - Yeovil to BTC (Bridgwater Campus)

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset

two.2.4) Description of the procurement

Lot 4 - Yeovil to BTC (Bridgwater Campus)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 September 2024

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

1 x 1 year extension

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

Lot 5 - Tiverton to BTC (Bridgwater Campus)

Lot No

Lot 5 - Tiverton to BTC (Bridgwater Campus)

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset

two.2.4) Description of the procurement

Lot 5 - Tiverton to BTC (Bridgwater Campus)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 September 2024

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

1 x 1 Year extension

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

Lot 6 - Ad Hoc Journeys

Lot No

Lot 6 - Ad Hoc Journeys

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset

two.2.4) Description of the procurement

There is a requirement on an ad hoc basis to transport students and staff locally, regionally, nationally, and internationally to sporting events and educational field trips, University visits, Airport runs, and Residential Visits as part of the students’ curriculum.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 September 2024

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

1 x 1 year extension

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

Managing the Service Statutory Requirements a) The Contractor shall have obtained planning permission for the use of premises from which to operate a Coach or Bus / Minibus hire company. b) The Contractor shall hold, and provide the College with sight of, a valid Passenger Carrying Vehicle Operator's Licence of the relevant classification as required by Section 12 of the Public Passenger Vehicles Act 1981, or a permit issued under Section 19 of the Transport Act 1985, which allows the operation of the Contract in the manner proposed, and periodically thereafter on request.c) Where applicable, the Contractor shall hold, and provide the College with sight of, a valid Radio Communication Agency Licence at all times throughout the provision of this Service. d) If a passenger is disabled and is dependent upon a guide, hearing or other assistance dog, the driver MUST allow the dog to be carried, at no charge, unless exempted under section 37 of the Disability Discrimination Act 1995 and the vehicle is clearly displaying the statutory exemption certificate. Refusal to carry an assistance dog without good reason or exemption is an offence, and the College shall inform the relevant authorities of any instances where the Contractor or his staff fail to comply with this legal requirement.Professional Driver Competence and Safetya) The Contractor shall provide full details of College Service drivers qualified or experienced to the level of Driver Certificate of Professional Competence, and will inform the College immediately in writing of any changes to the status of College Service drivers.b) All drivers of vehicles classified as a Public Service Vehicle must hold the relevant Public Service Vehicle licence.Vehicles Providing the Servicea) Any vehicle designed to carry more than 8 passengers (excluding the driver) used in the delivery of this Contract must be licensed by the Traffic Commissioner as a Public Service Vehicle (PSV) and shall display the relevant PSV licence in the windscreen at all times.b) Any vehicle designed to carry up to 8 passengers (excluding the driver) used in the delivery of this Contract must be a Hackney Carriage or Private Hire Vehicle licensed by the appropriate District Council, and shall display such licence at all times.c) Vehicles shall not be loaded beyond their licensed capacity.d) The Contractor shall bear the sole responsibility of ensuring that all vehicles used for this Service are fit for purpose in all respects and comply with all relevant statutory requirements including, without limitation; Road Traffic and Licensing Legislation, the Motor Vehicles (Construction and Use) Regulations 1986, Public Service Vehicles (Conditions of Fitness, Equipment and Use) Regulations 1981.e) All PSV vehicles shall have a Certificate of Initial Fitness (COIF) or a Certificate of Conformity to show the vehicle has been built or adapted to PSV standards. (if new vehicles are put onto the service this information should be provided to the college)f) All vehicles shall have a current relevant MOT certification or equivalent certification for Public Service Vehiclesg) All vehicles shall clearly display the Service Operator’s name and address.h) Where a passenger is transported in a wheelchair this must be in accordance with the Department of Transport Code of Practice, The Safety of Transport of Passengers in Wheelchairs (Publication VSE 87/1) even though the vehicle may not be a public service vehicle. The driver of such a vehicle shall have received adequate training in the securing of wheelchairs or other mobility equipment in the vehicle and will preferably have been issued with a wheelchair assessment certificate by the Driver Standards Agency. i) Where a tail-lift or ramp is fitted to the vehicle this is to comply with B.S. 6109 Part 2.

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

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

30 April 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

30 April 2024

Local time

12:05pm

Place

Tenders will be open after 12:00 on 30/04/2024


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

Bridgwater and Taunton College

Bridgwater Campus, Bath Road

Bridgwater

TA6 4PZ

Email

PROCUREMENT@btc.ac.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Documents are set to be reviewed on 09/05/2024 by a review panel