Tender

Tender for the Supply of School Transport Services 2021

  • Angus Council

F02: Contract notice

Notice identifier: 2021/S 000-010500

Procurement identifier (OCID): ocds-h6vhtk-02b075

Published 13 May 2021, 8:45am



Section one: Contracting authority

one.1) Name and addresses

Angus Council

Angus House, Orchardbank Business Park

Forfar

DD8 1AN

Contact

Iain Leith

Email

plntransport@angus.gov.uk

Telephone

+44 3452777778

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.angus.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.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

Tender for the Supply of School Transport Services 2021

Reference number

AC/21/007/INF

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

Tenders are being sought for a number of School conveyance contracts.Operators may bid for as many of these routes as they wish

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

A/10 Seafield Farm to Inverkeilor Primary School

Lot No

1

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services
  • 60120000 - Taxi services
  • 60130000 - Special-purpose road passenger-transport services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60171000 - Hire of passenger cars with driver

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Angus

two.2.4) Description of the procurement

Tender for the Supply of the Provision of School Transport Services 2021

two.2.5) Award criteria

Quality criterion - Name: Maximisation of Passenger Benefit/ Weighting/ Weighting / Weighting: 2

Quality criterion - Name: Environmental Management/ Weighting/ Weighting / Weighting: 2

Quality criterion - Name: Fair Work Practices/ Weighting/ Weighting / Weighting: 1

Price - Weighting: 5%

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

Start date

11 August 2021

End date

29 June 2022

This contract is subject to renewal

Yes

Description of renewals

Lot may be extended on an annual basis for up to a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.2.14) Additional information

The total value of the lots if awarded is estimated at GBP1500000 if the option to extend is taken up

two.2) Description

two.2.1) Title

A/10a Seafield Farm to Inverkeilor Primary School

Lot No

2

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services
  • 60120000 - Taxi services
  • 60130000 - Special-purpose road passenger-transport services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60171000 - Hire of passenger cars with driver

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Angus

two.2.4) Description of the procurement

Tender for the Supply of the Provision of School Transport Services 2021

two.2.5) Award criteria

Quality criterion - Name: Maximisation of Passenger Benefit / Weighting: 2

Quality criterion - Name: Environmental Management / Weighting: 2

Quality criterion - Name: Fair Work Practices / Weighting: 1

Price - Weighting: 5%

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

Start date

11 August 2021

End date

29 June 2022

This contract is subject to renewal

Yes

Description of renewals

Lot may be extended on an annual basis for up to a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.2.14) Additional information

The total value of the lots if awarded is estimated at GBP1500000 if the option to extend is taken up

two.2) Description

two.2.1) Title

ASD/2 Cliffburn Road Arbroath to Kingspark School

Lot No

4

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services
  • 60120000 - Taxi services
  • 60130000 - Special-purpose road passenger-transport services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60171000 - Hire of passenger cars with driver

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Angus

two.2.4) Description of the procurement

Tender for the Supply of the Provision of School Transport Services 2021

two.2.5) Award criteria

Quality criterion - Name: Maximisation of Passenger Benefit / Weighting: 2

Quality criterion - Name: Environmental Management / Weighting: 2

Quality criterion - Name: Fair Work Practices / Weighting: 1

Price - Weighting: 5%

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

Start date

11 August 2021

End date

29 June 2022

This contract is subject to renewal

Yes

Description of renewals

Lot may be extended on an annual basis for up to a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.2.14) Additional information

The total value of the lots if awarded is estimated at GBP1500000 if the option to extend is taken up

two.2) Description

two.2.1) Title

ASP/44 Silport Place Carnoustie to Carlogie Primary School

Lot No

3

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services
  • 60120000 - Taxi services
  • 60130000 - Special-purpose road passenger-transport services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60171000 - Hire of passenger cars with driver

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Angus

two.2.4) Description of the procurement

Tender for the Supply of the Provision of School Transport Services 2021

two.2.5) Award criteria

Quality criterion - Name: Maximisation of Passenger Benefit / Weighting: 2

Quality criterion - Name: Environmental Management / Weighting: 2

Quality criterion - Name: Fair Work Practices / Weighting: 1

Price - Weighting: 5%

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

Start date

11 August 2021

End date

29 June 2022

This contract is subject to renewal

Yes

Description of renewals

Lot may be extended on an annual basis for up to a further 2 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.2.14) Additional information

The total value of the lots if awarded is estimated at GBP1500000 if the option to extend is taken up

two.2) Description

two.2.1) Title

ASD/7 Taranty Road, Forfar to Kingspark School

Lot No

5

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services
  • 60120000 - Taxi services
  • 60130000 - Special-purpose road passenger-transport services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60171000 - Hire of passenger cars with driver

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Angus

two.2.4) Description of the procurement

Tender for the Supply of the Provision of School Transport Services 2021

two.2.5) Award criteria

Quality criterion - Name: Maximisation of Passenger Benefit / Weighting: 2

Quality criterion - Name: Environmental Management / Weighting: 2

Quality criterion - Name: Fair Work Practices / Weighting: 1

Price - Weighting: 5%

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

Start date

11 August 2021

End date

29 June 2022

This contract is subject to renewal

Yes

Description of renewals

Lot may be extended on an annual basis for up to a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.2.14) Additional information

The total value of the lots if awarded is estimated at GBP1500000 if the option to extend is taken up

two.2) Description

two.2.1) Title

K/3 Glenprosen Lodge to Cortachy Primary School

Lot No

6

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services
  • 60120000 - Taxi services
  • 60130000 - Special-purpose road passenger-transport services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60171000 - Hire of passenger cars with driver

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Angus

two.2.4) Description of the procurement

Tender for the Supply of the Provision of School Transport Services 2021

two.2.5) Award criteria

Quality criterion - Name: Maximisation of Passenger Benefit / Weighting: 2

Quality criterion - Name: Environmental Management / Weighting: 2

Quality criterion - Name: Fair Work Practices / Weighting: 1

Price - Weighting: 5%

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

Start date

11 August 2021

End date

29 June 2022

This contract is subject to renewal

Yes

Description of renewals

Lot may be extended on an annual basis for up to a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.2.14) Additional information

The total value of the lots if awarded is estimated at GBP1500000 if the option to extend is taken up


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

Operators are required to have a PSV Operators Licence/Special Restricted Licence/Taxi/Private Hire Car licence at the time of submitting their tender.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Must meet Angus Council's Insurance Requirements

Minimum level(s) of standards required:

It is a requirement that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance detailed below:

Employers Liability Insurance to the extent of at least GBP10m per claim and unlimited in total.

Public Liability Insurance to the extent of at least GBP5m per claim and unlimited in total.

Motor Insurance - minimum indemnity limits: for the loss of life or personal injury unlimited; for damage to property GBP10m per claim and unlimited in total.

Minimum level(s) of standards required:

Bus company bidders must declare that they have passed the financial standing test of the Traffic Commissioner and have a PSV Operator Licence/Special Restricted Licence.

Minimum level(s) of standards possibly required

Provide PSV Operator Licence/Special Restricted Licence Number.

Taxi/Private Hire

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bus company bidders must declare that they have passed the financial standing test of the Traffic Commissioner and have a PSV Operator Licence/Special Restricted Licence.

Minimum level(s) of standards possibly required

Provide PSV Operator Licence/Special Restricted Licence Number.

Taxi/Private Hire

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See conditions of contract


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

11 June 2021

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

11 June 2021

Local time

3:00pm

Place

Angus House, Silvie Way, Forfar DD8 1AN

Information about authorised persons and opening procedure

Authorised officers of Angus Council


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: School conveyance contracts generally tendered on 3 year rolling basis

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=487680.

A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

It is not thought to be feasible for operators to offer community benefits in a tender of this nature. This does not however prohibit operators from voluntarily offering such benefits but would be outwith the requirements of this contract.

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=577171

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=616315.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

(SC Ref:616315)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=616315

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=653548.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:653548)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts and Tribunals Service

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XD

Email

enquiries@scotcourts.gov.uk

Telephone

+44 1314443300

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

General

Reference should be made to Regulation 88 of the Public Contracts (Scotland) Regulations 2015 (the “Regulations”) and independent legal advice should be sought urgently before any claim is commenced.

A claimed breach of the public procurement rules is actionable by any economic operator in legal proceedings brought in the Sheriff Court or the Court of Session in Scotland.

Prior Notice of Proceedings

Proceedings under this regulation may not be brought unless the economic operator has first informed the contracting authority of —

(a) the nature of the claimed breach or apprehended breach of the public procurement rules; and

(b) its intention to bring proceedings in respect of that claimed breach.

Time Limits for Bringing Proceeding

(1) In the case of proceedings seeking an ineffectiveness order (as defined in regulation 91 of the Regulations)

Where a “direct award” contract award notice has been published in accordance with Regulation 52 or where the purchasing body has given “standstill notice” to all bidders in accordance with Regulation 85, then proceeding must be brought within 30 days from the date of publication or sending the notice, as the case may be.

In any other case where an ineffectiveness order is sought, proceedings must be brought within 6 months from the date of the contract being entered into or the date of conclusion of the framework agreement.

(2) In any other case

proceedings must be brought within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen unless the court considers that there is a good reason for extending the period within which proceedings may be brought, in which case the court may extend that period for up to a maximum of 3 months from that date