Tender

CHESHIRE COLLEGE SOUTH & WEST - STUDENT TRANSPORTATION SERVICES

  • Cheshire College South and West

F02: Contract notice

Notice identifier: 2023/S 000-008097

Procurement identifier (OCID): ocds-h6vhtk-03b48f

Published 21 March 2023, 8:06am



Section one: Contracting authority

one.1) Name and addresses

Cheshire College South and West

Ellesmere Port Campus

Ellesmere Port

CH65 7BF

Email

andrew.hubert@ccsw.ac.uk

Telephone

+44 1270654654

Country

United Kingdom

NUTS code

UKD6 - Cheshire

Internet address(es)

Main address

http://www.ccsw.ac.uk/

Buyer's address

http://www.ccsw.ac.uk/

one.3) Communication

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

https://suppliers.multiquote.com

Additional information can be obtained from another address:

Cheshire College South and West

Ellesmere Port Campus

Ellesmere Port

CH65 7BF

Email

andrew.hubert@ccsw.ac.uk

Telephone

+44 1270654654

Country

United Kingdom

NUTS code

UKD6 - Cheshire

Internet address(es)

Main address

http://www.ccsw.ac.uk/

Buyer's address

http://www.ccsw.ac.uk/

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

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

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

CHESHIRE COLLEGE SOUTH & WEST - STUDENT TRANSPORTATION SERVICES

Reference number

CA12071 - 2023/S 000-001180

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

CHESHIRE COLLEGE SOUTH & WEST - STUDENT TRANSPORTATION SERVICES

INDIVIDUAL ROUTES

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
10

Maximum number of lots that may be awarded to one tenderer: 10

two.2) Description

two.2.1) Title

CC1

Lot No

1

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool
  • UKD33 - Manchester
  • UKD63 - Cheshire West and Chester
  • UKD6 - Cheshire
Main site or place of performance

CREWE

two.2.4) Description of the procurement

CC1

1A - Kinderton, Albion Lock Estate

1B - Winsford, Clive Lane / Middlewich Road Bus Stop (by traffic lights)

1C - Winsford, Mid-Cheshire Campus Bus Layby

1D - Winsford, High Street, Library

1E - Winsford, Nixon Drive, Winsford Academy

1F - Winsford, Nixon Drive, corner Delamere Street

1- Winsford, Over Square

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

Duration in months

60

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: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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

CC21

Lot No

2

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool
  • UKD63 - Cheshire West and Chester
  • UKD6 - Cheshire
  • UKD33 - Manchester
Main site or place of performance

Manchester

two.2.4) Description of the procurement

CC21

1- Winsford, Beeston Drive/ Denbigh Drive

1-Winsford, Durham Drive/ Warwick Drive Bus stop

1- Winsford, Old Star, Swanlow Lane

1G – Whitegate, Dalefords Lane/ Cinder Hill

1H – Salterswall, Whitegate Road Crossroad

1- Church Minshull, Weaver View Bus Stop

1- Worleston, Main Road, Royal Oak

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

Duration in months

60

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: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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

CC15D

Lot No

3

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
  • UKD72 - Liverpool
  • UKD63 - Cheshire West and Chester
  • UKD33 - Manchester
Main site or place of performance

Manchester

two.2.4) Description of the procurement

15A - Winsford, Foxfield Lane / Cambridge Avenue Bus Stop

15B - Winsford, Cavendish Avenue Bus Stop

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

Duration in months

60

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: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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

CC15

Lot No

4

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKD63 - Cheshire West and Chester
  • UKD6 - Cheshire
  • UKD72 - Liverpool
  • UKD33 - Manchester
Main site or place of performance

Manchester

two.2.4) Description of the procurement

15A - Winnington, Weaver Vale Garden Centre

15B - Barnton, Post Office

15C - Little Leigh, A533 Layby after Brakeley Lane

15D - Acton Bridge, Maypole

15E - Weaverham, Northwich Road, Co-op

15F - Weaverham, Northwich Road / Wood Lane

15G - Hartford, Beach Road, Bus Stop near Church

15H - Hartford, Train Station

15I - Cuddington & Sandiway, Methodist Church

15J - Whitegate, Dalefords Lane / Cinder Hill

15K - Salterswall, Whitegate Road Crossroad

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

Duration in months

60

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: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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

CC3

Lot No

5

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool
  • UKD6 - Cheshire
  • UKD33 - Manchester
  • UKD63 - Cheshire West and Chester
Main site or place of performance

Manchester

two.2.4) Description of the procurement

3B - Darliston, Lower Heath C of E School

3C - Prees, Whitchurch Road Crossroads

3D - Higher Heath, Mill Lane Bus Stop

3E - Whitchurch, Tesco

3F - Whitchurch, Railway Station

3G - Aston, Crossroads

3H - Sound, Primary School

3I - Nantwich, St Anne's Primary School

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

Duration in months

60

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: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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

CC7

Lot No

6

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
  • UKD72 - Liverpool
  • UKD33 - Manchester
  • UKD63 - Cheshire West and Chester
Main site or place of performance

Manchester

two.2.4) Description of the procurement

7G – Tern Hill, Garage (on Roundabout)

7A - Almington, A53 Pinfold Lane Corner

7B - Market Drayton, Alexandra Crossroads

7C - Market Drayton, Bus Station

7D - Adderley, Post Office

7E - Audlem, Chester Street, St James Church

7F - Hankelow, White Lion

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

Duration in months

60

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: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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

CC11

Lot No

7

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKD33 - Manchester
  • UKD63 - Cheshire West and Chester
  • UKD72 - Liverpool
  • UKD6 - Cheshire
Main site or place of performance

Manchester

two.2.4) Description of the procurement

11A - Shawbury, The Butchers

11B - Wem, Mill Street, Next to Park House

11C - Wem, New Street, Next to House Number 65

11D - Edstaston, Sedgeford

11E - Tilstock, Next to Horseshoes Inn

11F - Whitchurch, Smithfield Shopping Centre

11G- Bus stop by Forts of India B5069

11H – Malpas – Springfield Road

11I – No Mans Heath – Shop

11J – Bickley Lane/ Bickley Town Lane

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

Duration in months

60

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: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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

CC12

Lot No

8

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool
  • UKD63 - Cheshire West and Chester
  • UKD33 - Manchester
  • UKD6 - Cheshire
Main site or place of performance

Manchester

two.2.4) Description of the procurement

12A - Clutton, Cock ‘O’ Barton

12B - Tilston, opposite Carden Arms

12C - Duckington, Crossroads (A41)

12D - Tattenhall, High Street, Post Office

12E - Burwardsley

12F – Harthill

12G - Bulkeley, Crossroads

Holmes c12H - Spurstow, Panama Hatty's

12I - Bunbury Heath, School Lane, corner Wythin Street

12J - Bunbury, Darkie Meadow corner

12K - Long Lane, Babcock Lane

12L – Long Lane, Butchers

12M - Burland, post box

12N – Swanley Bridge

12O - Ravensmoor, Baddiley Lane, Farmers Arms

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

Duration in months

60

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: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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

CC14

Lot No

9

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKD33 - Manchester
  • UKD63 - Cheshire West and Chester
  • UKD72 - Liverpool
  • UKD6 - Cheshire
Main site or place of performance

Manchester

two.2.4) Description of the procurement

14A- Congleton, Railway Station

14B- Congleton, Park Lane, Highcroft Avenue Corner

14C- West Heath Kwik Fit

14D- West Heath, Padgbury Lane/ Arnside Avenue

14E- Astbury, Fol Hollow corner

14F- The Brownlow Inn

14G- Smallwood, opposite St Johns Church

14H- Hassall Green

14I- Alsager, Crewe Road/Hassall Road

14J- Alsager, Sainsburys Bus Layby

14K- Oakhanger, Methodist Church

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

Duration in months

60

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: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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

CC17

Lot No

10

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
  • UKD72 - Liverpool
  • UKD63 - Cheshire West and Chester
  • UKD33 - Manchester
Main site or place of performance

Manchester

two.2.4) Description of the procurement

14L- Buglawton, St John’s Road/ Haworth Avenue

14M- Mossley, Village Hall

14N- Biddulp, Marsh Green/Grange Court

14O- Knypersley, First School

14P- Mow Cop, Roe Park/ Congleton Road

14P- Mow Cop – Church

14Q- Mount Pleasant Post Office

14R- Stonechair Lane- Scholar Green

14S- Rode Heath, Broughton Arms Mow Cop, Church

17A - Rode Heath, Woodland Heath Avenue

17B - 14P- Church Lawton, Near Lawton Arms – Keep removed?

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

Duration in months

60

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: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

three.1.2) Economic and financial standing

List and brief description of selection criteria

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

Minimum level(s) of standards possibly required

Minimum Insurance Levels: £5m PL & EL

three.1.3) Technical and professional ability

List and brief description of selection criteria

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

Minimum level(s) of standards possibly required

Minimum Insurance Levels: £5m PL & EL


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

26 April 2023

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

26 April 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.

Section IV.3.5) – any dates shown are an estimate.

In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.

The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.

The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.

six.4) Procedures for review

six.4.1) Review body

Tenet Education Services

North Lindsey College

Scunthorpe

DN17 1AJ

Email

nigel.dexter@tenetservices.com

Telephone

+44 7879190769

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 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 3 months).