Contract

The Romsey School - Student Transport Services

  • The Romsey School

F03: Contract award notice

Notice identifier: 2023/S 000-014037

Procurement identifier (OCID): ocds-h6vhtk-03955f

Published 17 May 2023, 12:11pm



Section one: Contracting authority

one.1) Name and addresses

The Romsey School

Great Bridge

Romsey

SO51 8ZB

Email

Karis.Lucano@tenetservices.com

Telephone

+44 1794527001

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.romsey.hants.sch.uk

Buyer's address

http://www.romsey.hants.sch.uk

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

The Romsey School - Student Transport Services

Reference number

CA11584 -

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

The Romsey School are looking to tender for their Student Transport Services contract. The required contract start date is 1st September 2023. Currently the service is outsourced to a single supplier. Further information on the School's requirements can be found within the Invitation to Tender

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,366,570.58

two.2) Description

two.2.1) Title

Route 514

Lot No

1

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton
Main site or place of performance

Southampton

two.2.4) Description of the procurement

Route 514 required to provide Student Transport Services to and from The Romsey School at the start and end of the School day. Numerous stops are included starting at Rockleigh Road/Hill Lane with the last stop prior to arriving at the School being Rownhams Lane/Bedes Lea Pub. A return of this journey is required at the end of the School day.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery & Capability / Weighting: 20.00%

Quality criterion - Name: Staffing / Weighting: 10.00%

Quality criterion - Name: Customer Care / Weighting: 20.00%

Quality criterion - Name: Added Value / Weighting: 5.00%

Quality criterion - Name: Marketing / Weighting: 5.00%

Price - Weighting: 40.00%

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.2.14) Additional information

3 year contract plus 2 x 1 year extensions

two.2) Description

two.2.1) Title

Route 513

Lot No

2

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton
Main site or place of performance

Southampton

two.2.4) Description of the procurement

Route 513 required to provide Student Transport Services to and from The Romsey School at the start and end of the School day. Numerous stops are included starting at King Edwards Avenue Romsey Road with the last stop prior to arriving at the School being Upton Crescent . A return of this journey is required at the end of the School day.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery & Capability / Weighting: 20.00%

Quality criterion - Name: Staffing / Weighting: 10.00%

Quality criterion - Name: Customer Care / Weighting: 20.00%

Quality criterion - Name: Added Value / Weighting: 5.00%

Quality criterion - Name: Marketing / Weighting: 5.00%

Price - Weighting: 40.00%

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.2.14) Additional information

3 year contract plus 2 x 1 year extensions

two.2) Description

two.2.1) Title

Route 517

Lot No

3

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton
Main site or place of performance

Southampton

two.2.4) Description of the procurement

Route 517 required to provide Student Transport Services to and from The Romsey School at the start and end of the School day. Numerous stops are included starting at London Road Law Courts with the last stop prior to arriving at the School being Oasis Academy . A return of this journey is required at the end of the School day.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery & Capability / Weighting: 20.00%

Quality criterion - Name: Staffing / Weighting: 10.00%

Quality criterion - Name: Customer Care / Weighting: 20.00%

Quality criterion - Name: Added Value / Weighting: 5.00%

Quality criterion - Name: Marketing / Weighting: 5.00%

Price - Weighting: 40.00%

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.2.14) Additional information

3 year contract plus 2 x 1 year extensions

two.2) Description

two.2.1) Title

Routes 514, 513 & 517

Lot No

4

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton
Main site or place of performance

Southampton

two.2.4) Description of the procurement

Lot 4 is for all routes 514, 513 and 517. The School will decide at contract award whether to award the routes/lots separately under lots 1-3 or jointly to one supplier under lot 4. Routes 514, 513 and 517 are required to provide Student Transport Services to and from The Romsey School at the start and end of the School day. Numerous stops are included and are stated within the Invitation to Tender . A return of the journeys are required at the end of the School day.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery & Capability / Weighting: 20.00%

Quality criterion - Name: Staffing / Weighting: 10.00%

Quality criterion - Name: Customer Care / Weighting: 20.00%

Quality criterion - Name: Added Value / Weighting: 5.00%

Quality criterion - Name: Marketing / Weighting: 5.00%

Price - Weighting: 40.00%

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.2.14) Additional information

3 year contract plus 2 x 1 year extensions


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-000309


Section five. Award of contract

Contract No

CA11584

Lot No

1

Title

Route 514

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CA11584

Lot No

2

Title

Route 513

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CA11584

Lot No

3

Title

Route 517

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CA11584

Lot No

4

Title

Routes 514, 513 & 517

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 May 2023

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Transport2 (UK) Ltd trading as Kura

Maidenhead

SL6 4UB

Email

tenders@ridekura.com

Telephone

+44 203397460

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.ridekura.com

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,366,570.58


Section six. Complementary information

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 Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

mary.bee@tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Tenet Education Services Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

mary.bee@tenetservices.com

Telephone

+44 7834518948

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).

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

Tenet Education Services Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

mary.bee@tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom