Tender

Managed Transport Services at the City of London Freemen's School

  • City of London Corporation

F02: Contract notice

Notice identifier: 2021/S 000-011546

Procurement identifier (OCID): ocds-h6vhtk-02b48c

Published 24 May 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

James.Carter@cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

one.3) Communication

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

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

Managed Transport Services at the City of London Freemen's School

Reference number

18/259/FS

two.1.2) Main CPV code

  • 60170000 - Hire of passenger transport vehicles with driver

two.1.3) Type of contract

Services

two.1.4) Short description

The City of London Freemen’s School is seeking a single transport provider to establish a managed service contract to design, run and manage the transport requirements of Freemen’s School.

two.1.5) Estimated total value

Value excluding VAT: £1,425,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60140000 - Non-scheduled passenger transport
  • 60172000 - Hire of buses and coaches with driver
  • 63520000 - Transport agency services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

The City of London Freemen’s School is an HMC independent day/boarding school situated in Ashtead Park, Surrey.

two.2.4) Description of the procurement

The contract in the most part entails the transport of pupils from / to the City of London Freemen’s School for Home to School transport. In addition, this contract also requires:

• the provision of transport to take pupils and staff to venues for sporting occasions throughout term time, during the week and weekends – e.g. matches against other schools throughout the South East region and other regions of the country sporting fixtures;

• the provision of transport for educational cultural excursions throughout the country;

• the provision of transport for Duke of Edinburgh and Combined Cadet Force camps;

• the provision of transport for any ad hoc requirements including overseas trips.

The City reserves the right to exercise the option to add additional schools or parts thereof over the life of the contract that are owned or affiliated or funded in whole or partly funded by the City of London Corporation.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,425,000

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

The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years. The maximum length of the contract is therefore 5 years.

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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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: Yes

four.2) Administrative information

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

Date

25 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

25 June 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.3) Additional information

This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.

The estimated value given at II.2.6 is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore 285,000 GBP.

The estimated value includes costs for direct parent-to-provider services. There is no guarantee of minimum levels or value of use from external users.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC1A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom