- Scope of the procurement
- Lot 1. A/10 Seafield Farm to Inverkeilor Primary School
- Lot 2. A/10a Seafield Farm to Inverkeilor Primary School
- Lot 4. ASD/2 Cliffburn Road Arbroath to Kingspark School
- Lot 3. ASP/44 Silport Place Carnoustie to Carlogie Primary School
- Lot 5. ASD/7 Taranty Road, Forfar to Kingspark School
- Lot 6. K/3 Glenprosen Lodge to Cortachy Primary School
Section one: Contracting authority
one.1) Name and addresses
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
Contact
Iain Leith
Telephone
+44 3452777778
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
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
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