Section one: Contracting authority
one.1) Name and addresses
West Dunbartonshire Council
Council Offices
Dumbarton
G82 3PU
Contact
Michelle McKenzie
corporate.procurement@west-dunbarton.gov.uk
Telephone
+44 1389737000
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.west-dunbarton.gov.uk
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Corporate Taxi Services
Reference number
2021-52
two.1.2) Main CPV code
- 60120000 - Taxi services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority intends to tender for Taxi Services across West Dunbartonshire Council (WDC) where eligible. Contractors can bid for all services or individual services as preferred. The new Corporate Taxi Framework will incorporate Education, Learning and Attainment for Additional Support Needs/Mainstream School Transport and services across Health & Social Care Partnership (HSCP).
This new contract will start August 2021.
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:
Lot 1, Lot 2
two.2) Description
two.2.1) Title
HSCP Requirements
Lot No
2
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
West Dunbartonshire
two.2.4) Description of the procurement
Ad-hoc taxi requirement originating within Dumbarton, Alexandria and Clydebank areas
two.2.5) Award criteria
Quality criterion - Name: Technical Response / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
Education requirement
Lot No
1
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
West Dunbartonshire
two.2.4) Description of the procurement
ASN/Mainstream School taxi requirement.
two.2.5) Award criteria
Quality criterion - Name: Technical Response / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Economic & Financial standing with reference to SPD questions:
4B.1.1,& 4B.2.1 Turnover - supplier must demonstrate and annual turnover for each of the two previous years of greater than two times the value of contract on offer
4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing.
-(Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1.
-(Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage.
-(Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.
WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation that the tenderer has failed then the tender submission may be rejected.
Insurance
Q4B.5.1 –It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the insurance levels listed below.
- Employers Liability Insurance - 10 million GBP
Q4B5.2
- Public and Product Liability Insurance – 10 million GBP each.
- Professional Indemnity Insurance - 5 million GBP.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
With reference to SPD question 4C.1, bidders will be required to provide 3 examples that demonstrate that they have the relevant experience and capacity to Provide corporate taxi services as described in this Contract Notice or the relevant section of the Site Notice.
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
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
Originally published as:
Date
31 May 2021
Local time
12:00pm
Changed to:
Date
4 June 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
31 May 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
A tendering exercise is required to secure services for non-scheduled and scheduled taxi journeys for Educational Services ASN/Transport and HSCP. It is proposed to combine the various taxi requirement into a corporate contract tendered openly with individual lots for the various requirements i.e. Additional Support Needs / Mainstream School Transport and HSCP.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18566. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:651434)
six.4) Procedures for review
six.4.1) Review body
Dumbarton Sheriff Court and Justice of the Peace Court
Sheriff Court House, Church Street
Dumbarton
Country
United Kingdom