Section one: Contracting authority
one.1) Name and addresses
SRUC
Peter Wilson Building , Kings Buildings West Mains Road
Edinburgh
EH9 3JG
Contact
Claire Lorimer
Telephone
+44 01315354000
Fax
+44 01315354314
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00021
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
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision and Supply of Student Transport for SRUC
Reference number
23403/CL/2022
two.1.2) Main CPV code
- 60172000 - Hire of buses and coaches with driver
two.1.3) Type of contract
Services
two.1.4) Short description
SRUC is inviting suitably qualified Suppliers to tender for the Provision and Supply of Student Transport across the 3 geographical Lots.
The services will have two elements of usage:
-Planned Coach Service - Provision of pre-booked journey coach and driver hire services on a standing order basis (pre-scheduled coach hire service).
-Ad Hoc - Provision of a coach hire with driver service on an ad-hoc basis (non-scheduled coach hire service).
two.1.5) Estimated total value
Value excluding VAT: £815,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Craibstone Campus, Aberdeen
Lot No
1
two.2.2) Additional CPV code(s)
- 60172000 - Hire of buses and coaches with driver
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Craibstone Campus, Aberdeen
two.2.4) Description of the procurement
SRUC seek to appoint a supplier(s) for the provision and supply of Student Transport covering the Craibstone Campus. The services will have two elements of usage:
1. Planned Coach Service - Provision of pre-booked journey coach and driver hire services on a standing order basis (pre-scheduled coach hire service).
2. Ad Hoc - Provision of a coach hire with driver service on an ad-hoc basis (non-scheduled coach hire service).
two.2.5) Award criteria
Quality criterion - Name: Operational / Weighting: 33%
Quality criterion - Name: Technical Capability / Weighting: 14%
Quality criterion - Name: Contract Management / Weighting: 13%
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £320,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The possibility of 2 annual extensions by mutual agreement.
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
Elmwood Campus, Cupar
Lot No
2
two.2.2) Additional CPV code(s)
- 60172000 - Hire of buses and coaches with driver
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Elmwood Campus, Cupar
two.2.4) Description of the procurement
SRUC seek to appoint a supplier(s) for the provision and supply of Student Transport covering the Elmwood Campus. The services will have two elements of usage:
1. Planned Coach Service - Provision of pre-booked journey coach and driver hire services on a standing order basis (pre-scheduled coach hire service).
2. Ad Hoc - Provision of a coach hire with driver service on an ad-hoc basis (non-scheduled coach hire service).
two.2.5) Award criteria
Quality criterion - Name: Operational / Weighting: 33%
Quality criterion - Name: Technical Capability / Weighting: 14%
Quality criterion - Name: Contract Management / Weighting: 13%
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £115,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The possibility of 2 annual extensions by mutual agreement.
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
Oatridge Campus, Broxburn
Lot No
3
two.2.2) Additional CPV code(s)
- 60172000 - Hire of buses and coaches with driver
two.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
Main site or place of performance
Oatridge Campus, Broxburn
two.2.4) Description of the procurement
SRUC seek to appoint a supplier(s) for the provision and supply of Student Transport covering the Oatridge Campus. The services will have two elements of usage:
1. Planned Coach Service - Provision of pre-booked journey coach and driver hire services on a standing order basis (pre-scheduled coach hire service).
2. Ad Hoc - Provision of a coach hire with driver service on an ad-hoc basis (non-scheduled coach hire service).
two.2.5) Award criteria
Quality criterion - Name: Operational / Weighting: 33%
Quality criterion - Name: Technical Capability / Weighting: 14%
Quality criterion - Name: Contract Management / Weighting: 13%
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £380,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The possibility of 2 annual extensions by mutual agreement.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Minimum standards and qualification are required.
Completion of SPD & ITT submitted via PCS by 12noon on 4 July 2022.
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
Tenderer must confirm if they hold a Public Service Vehicle Operators Licence which is a requirement of this contract. (SPD questions 4A.2 relates).
three.1.2) Economic and financial standing
List and brief description of selection criteria
[4B1b] Average yearly turnover
The bidder should provide its average yearly turnover for the number of years specified.
Minimum level(s) of standards possibly required
Number of financial years & minimum required turnover per year - Bidders will be required to have an average yearly turnover of a minimum of: 120,000 GBP for Lot 1, 40,000 GBP for Lot 2, 150,000 GBP or Lot 3 (or combined values if bidding for multiply lots) for the last 3 years.
three.1.3) Technical and professional ability
List and brief description of selection criteria
For service contracts: authorisation of a particular organisation needed.
Minimum level(s) of standards possibly required
Tenderer must confirm they hold a Public Service Vehicle Operators Licence which is a requirement of this 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.2.1) Previous publication concerning this procedure
Notice number: 2017/S 132-270397
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 July 2022
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
4 July 2022
Local time
12:00pm
Place
Cupar
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: SRUC will seek to retender between 2025-2027.
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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=695060.
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:695060)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=695060
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom