Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Brian Bradley
brian.bradley@renfrewshire.gov.uk
Telephone
+44 3003000300
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
one.1) Name and addresses
Renfrewshire Leisure
Renfrewshire House, 3rd Floor, Cotton Street
Paisley
PA1 1LL
carol.armstrong@renfrewshire.gov.uk
Telephone
+44 1416187390
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshireleisure.com
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23182
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Framework Contract for Transportation
Reference number
RC-CPU-20-385
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework Contract will provide the Purchaser (comprising various parties jointly collaborating in this Tender) with a mechanism to procure transportation services for children and adults, including protected adults, consisting of buses and taxis with, or without, Escorts, meeting all applicable legal requirements and the requirements set out in the related Tender Documents. The Services will include, but not be limited to, planned taxi and bus journeys including ad hoc taxi journeys that the Purchaser's staff may need in the course of their employment and ad hoc bus Journeys that schools may require from time to time.
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
Additional Support Needs Taxis
Lot No
2
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
two.2.4) Description of the procurement
This Lot will provide the Purchaser with a mechanism to procure taxi hire for fixed Journeys with, or without, Escorts meeting all applicable legal requirements and as set out in the Tender Documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 December 2021
End date
19 December 2025
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 Framework Contract may be extended on two (2) occasions for a period of up to twelve (12) months on each occasion.
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
Ad Hoc Buses
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
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
two.2.4) Description of the procurement
This Lot will provide the Purchaser with a mechanism to procure bus hire on an ad hoc basis.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 December 2021
End date
19 December 2025
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 Framework Contract may be extended on two (2) occasions for a period of up to twelve (12) months on each occasion.
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
Ad Hoc Taxis
Lot No
4
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
two.2.4) Description of the procurement
This Lot will provide the Purchaser with a mechanism to procure taxi hire on an ad hoc basis meeting all applicable legal requirements and as set out in the Tender Documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 December 2021
End date
19 December 2025
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 Framework Contract may be extended on two (2) occasions for a period of up to twelve (12) months on each occasion.
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
Additional Support Needs Buses
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
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
two.2.4) Description of the procurement
This Lot will provide the Purchaser with a mechanism to procure bus hire for fixed Journeys with, or without, Escorts meeting all applicable legal requirements and as set out in the Tender Documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 December 2021
End date
19 December 2025
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 Framework Contract may be extended on two (2) occasions for a period of up to twelve (12) months on each occasion.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to these statements when completing section 4B of the SPD (Scotland):
Statement for 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Minimum level(s) of standards possibly required
For 4B.5.1:
Where the Tenderer is bidding for a place on either Lot 1 or Lot 3:
Employer’s (Compulsory) Liability Insurance = 10,000,000 GBP each and every claim
Where a Tenderer believes that they are not required to hold Employer's Liability Insurance then the Tenderer shall state the legal exemption they are relying upon to support this claim.
Public and Products Liability Insurance = 10,000,000 GBP each and every claim
Statutory third party motor vehicle insurance – a valid MV certificate in the company name and that cover is unlimited in respect of death or injury and that cover includes a minimum of 5,000,000 GBP property damage cover.
Where the Tenderer is bidding for a place on either Lot 2 or Lot 4:
Employer’s (Compulsory) Liability Insurance = 10,000,000 GBP each and every claim
Where a Tenderer believes that they are not required to hold Employer's Liability Insurance then the Tenderer shall state the legal exemption they are relying upon to support this claim.
Public and Products Liability Insurance = 5,000,000 GBP each and every claim
Statutory third party motor vehicle insurance – a valid MV certificate in the company name and that cover is unlimited in respect of death or injury.
http://www.hse.gov.uk/pubns/hse40.pdf
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to these statements when completing section 4C of the SPD (Scotland):
Statement for 4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Statement for 4C.6 Bidders will be required to confirm that they and/or the Service Provider have the following relevant educational and professional qualifications:
Statement for 4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Statement for 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards possibly required
For Part 4C.6:
All Drivers shall hold appropriate & valid driving licences for the Vehicles being used to deliver the service & to have held the same for not less than 12 consecutive months prior to the Driver’s commencement on the provision of Services. PSV Drivers will also require a CPC card.
All Escorts shall have attained their 18th birthday.
All Staff engaged in the provision of the Service shall be adequately trained & fully understand Council policies & procedures for the protection of children & protected adults prior to their engagement on the provision of Services.
For 4C.9:
Bidders must confirm that they can meet the following minimum requirements:
That all Drivers & Escorts shall have adequate communications equipment such as a radio or mobile telephone.
Vehicles provided for use in the provision of the Service must meet the requirements of Law & Guidance as well as the following standards as a minimum & as applicable. Such vehicles must:
Be roadworthy;
Be adequately capable of conveying the number of passengers;
Meet all relevant standards of safety in connection with their intended use;
Be adequately & appropriately taxed & insured;
Be licensed as a public service vehicle, if it is adapted for carrying more than 8 adult passengers, or licensed for their operation as a Taxi/Private Hire Car, as appropriate, under the terms of the Civic Government (Scotland) Act 1982 (“the 1982 Act”). Taxis & Private Hire Cars must meet with, & be operated in accordance with, the requirements of the 1982 Act & the licensing standards & conditions imposed by the licensing authority who issued the licence. Where required under the terms of the 1982 Act & the Civic Government (Scotland) Act 1982 (Licensing of Booking Offices) Order 2009 or any successor legislation, any premises used for the booking of taxis or private hire cars shall be appropriately licensed.
Have seats which are all fitted with lap & diagonal inertia reel seat belts. Evidence of fitting work which has not been undertaken as standard by the manufacturer will be required to be submitted to the Authorised Officer for approval prior to using any vehicle for the purposes of the Contract
Have child proof locks fitted to any vehicles to be used in the provision of the Service which are in operation at all times during journeys under the Framework Contract;
Where fitted with a tail lift, have a Certificate of Examination to comply with the Lifting Operations & Lifting Equipment Regulations 1998. A tail lift must only be operated by suitably trained Staff;
Where appropriate, have a wheelchair restraining system which meets the requirements of Law & Guidance relating to the type and size of wheelchair for which it is being used;
Have a restraining system, other than a lap belt, for securing wheelchair passengers;
Be of such a type as will be capable of affording full protection to passengers during cold or inclement weather & must contain an adequate heating system in good working order;
Buses must have forward facing seats or a combination of forward & rear facing. Centre Facing seats are NOT ACCEPTABLE;
Where, & as appropriate, disabled access Buses must have a tail-lift or equivalent. Ramps are NOT ACCEPTABLE;
Buses must have Emergency Exits which are clearly marked;
All vehicles above 2 tonne gross vehicle weight must have fitted automatic audible reverse alarms;
Any vehicle with over 8 passenger seats must be fitted with front & rear bus signs;
Have a First Aid kit & an appropriate fire extinguisher which must be in full working order at all times;
Be kept in a clean & tidy condition.
Where a PCV is being used then the following minimums will apply:
The PCV will have a Vehicle Certificate of Fitness;
The PCV will always display Public Service Vehicle Operator’s Licence:
The PCV will have Vehicle Registration Documents;
Where the PCV is fitted with a tail lift, it will have a Certificate of examination to comply with the Lifting Operations & Lifting Equipment Regulations 1998.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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: 2021/S 000-005077
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
16 August 2021
Local time
12:00pm
Changed to:
Date
30 August 2021
Local time
12:00pm
See the change notice.
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
Tender must be valid until: 17 December 2021
four.2.7) Conditions for opening of tenders
Date
16 August 2021
Local time
12:30pm
Place
Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley.
Information about authorised persons and opening procedure
Tenders will be opened in accordance with the Council's Standing Orders
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.3) Additional information
Please refer to the Tender Documents for more information about the applicable Conditions of Contract.
Tenderers please note: Police Scotland identified a number of business areas which have a high risk of infiltration by serious and organised crime groups; transport contracts belongs to one such area and as such the authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland.
Request for Documentation:
The Council will request the following documentation once all bids have been received:
1 Evidence of your company's insurance certificates detailing the required level of insurance's as per the levels stated within this Contract Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area.
2 Tenderers are required to submit S3 Tender Compliance Certificate and S7 Declaration as part of their tender submission. Form S3 can be found in the General Attachments area of the Master ITT within PCS-T. Form S7 can be found within the Commercial Envelope of each Lot. Form S7 must be completed and returned for each Lot Tenderers are applying for.
3 A completed copy of the Supporting Documents uploaded within the general attachments area in Public Contract Scotland Tender Portal, please note that documents must be signed by an authorised signatory.
The Supporting Documents include:
Agreement to S1 Equalities Questionnaire
Agreement to S2 Equalities Declaration
Agreement to S3 Tender Compliance Certificate
Agreement to S4 No Collusion Certificate
Agreement to S5 Prompt Payment Certificate
Agreement to S8 Scorecard
Agreement to S9 List of Proposed Sub-Contractors
Agreement to Parent Company Guarantee
4 Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17799. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
This is a Framework Contract with places on each Lot being awarded to multiple Service Providers. The value of any Call-offs awarded under the terms of the Framework Contract will be spread across Service Providers on each Lot.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
As part of the response to the Quality Criteria, Tenderers are requested to provide details of the Community Benefits they will commit to as part of this contract.
(SC Ref:647535)
six.4) Procedures for review
six.4.1) Review body
See VI.4.3 below
See VI.4.3 below
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session