Tender

Provision of Transport for Harper and Keele Veterinary School 2022/23 to 2024/2025 Academic Years

  • Keele University Science And Business Park

F02: Contract notice

Notice identifier: 2022/S 000-017544

Procurement identifier (OCID): ocds-h6vhtk-034b2e

Published 27 June 2022, 4:23pm



Section one: Contracting authority

one.1) Name and addresses

Keele University Science And Business Park

I C 2 Building Keele University, Science Park, Keele

Newcastle

ST55NH

Contact

Deborah Cramphorn

Email

d.a.cramphorn@keele.ac.uk

Telephone

+44 1782734967

Country

United Kingdom

NUTS code

UKG24 - Staffordshire CC

Internet address(es)

Main address

https://www.keele.ac.uk/

one.3) Communication

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

https://in-tendhost/universityofkeele/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost/universityofkeele/aspx/Home

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

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

Provision of Transport for Harper and Keele Veterinary School 2022/23 to 2024/2025 Academic Years

Reference number

KU.352/KB/JR/2022

two.1.2) Main CPV code

  • 60172000 - Hire of buses and coaches with driver
    • MF06 - Using coach

two.1.3) Type of contract

Services

two.1.4) Short description

Harper Adams University and Keele University have established a Joint Veterinary ("Vet") School with the cohort of students split between the Harper and Keele campuses.

In order to allow Harper and Keele Vet School students to attend joint lectures and other joint teaching, a competent and reliable Service Provider is required to provide transport for students between the two University campuses.

Tenders are therefore invited from interested parties for the Provision of Transport for Harper and Keele Vet School for the 2022-2023, 2023-2024 and 2024-2025 Academic Years in accordance with the Tender Specification in Section 2 of the ITT.

The Contract covers the transport requirements for the 1st year students ("Year 1 Students"), 2nd year students ("Year 2 Students") and 3rd year students ("Year 3 Students").

two.1.5) Estimated total value

Value excluding VAT: £395,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60170000 - Hire of passenger transport vehicles with driver
    • MF06 - Using coach

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

The main reason not to sub-divide this into lots, given the need for one Service Provider to co-ordinate the delivery of all of the services required. The transport of Year 1 Students, Year 2 Students and Year 3 Students for the Academic Years 2022/2023, 2023/2024 and 2024/2025 for Harper and Keele Vet School students to attend joint lectures and other joint teaching across the two sites.

The contract will commence Academic Year 2022/2023 starting on 3rd October 2022 and ending Academic Year 2024/2025 ending 23rd May 2025 for transport requirements.

two.2.5) Award criteria

Quality criterion - Name: Approach and Methodology for the delivery of the Contract / Weighting: 350

Quality criterion - Name: Proposed Management Structure, Responsibilities and Skills / Weighting: 200

Quality criterion - Name: Performance Monitoring / Weighting: 150

Price - Weighting: 300

two.2.6) Estimated value

Value excluding VAT: £395,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 October 2022

End date

23 May 2025

This contract is subject to renewal

Yes

Description of renewals

Dependent on the performance of a 3 -year contract, renewal for a further 3-year contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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


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

1 August 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

1 August 2022

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Tenderer shall bear all costs incurred by it in connection with the preparation and submission of any response in connection with this procurement and to bear any further costs incurred by the Tenderer prior to Contract award.

The tender will remain valid and open for acceptance for a minimum period of 3 months from the Tender Deadline. This period may be extended with the mutual agreement of both Keele University and the Tenderer.

All tenderers are required to answer a number of Suitability Assessment Questions

to enable Keele University to assess whether they meet minimum standards of suitability, capability and financial standing. Keele University has utilised extracts from the governments Standard Selection Questionnaire (SQ) to capture the information required.

Keele University will undertake a Creditsafe credit report in respect of the Tenderer. Tenderers may be excluded from the process where their Creditsafe Credit Rating is 29 out of 100 or below.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WCA2 2LL

Telephone

+44 2079477882

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

University of Keele

Procurement Office Directorate of Finance, Innovation Centre 2, Keele University Science and Innovation Park

Keele, Staffordshire

ST5 5NH

Email

d.pearce@keele.ac.uk

Telephone

+44 17827334124

Country

United Kingdom

Internet address

https://www.keele.ac.uk

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

University of Keele

Procurement Office Directorate of Finance, Innovation Centre 2, Keele University Science and Innovation Park

Keele, Staffordshire

ST5 5NH

Email

d.pearce@keele.ac.uk

Fax

+44 17827334124

Country

United Kingdom

Internet address

https://www.keele.ac.uk