Section one: Contracting authority
one.1) Name and addresses
Bury College
Market Street
Manchester
BL9 0BG
Telephone
+44 1612808280
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Bury College
Market Street
Manchester
BL9 0BG
Telephone
+44 1612808280
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
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
Bury College - Student Transportation - ITT
Reference number
CA14308 -
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
Bury College Student Transportation Tender from 4th September 2024 - 3rd September 2027 (with 2 possible 12 month extensions)
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Lot 1 - Rawtenstall Route
Lot No
1
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD33 - Manchester
Main site or place of performance
Manchester
two.2.4) Description of the procurement
Lot 1 - Rawtenstall
AM and PM journeys will require a minimum seating capacity of 35 - no standing. Please note that time and routes are subject to change.
• Fieldhouse Road / Cronkeyshaw Common 7.30am
• Whitworth Road / Gale Street 7.31am
• Whitworth, Tong lane 7.35am
• Shawforth Chapel 7.38am
• Newline Road 7.40am
• Stacksteads, Toll Bar 7.45am
• Waterfoot, Co-op 7.50am
• Rawtenstall, Bus Stop, Opp Fire Station 7.55am
• Haslingden Road 7.58am
• Manchester Road (Woolpack Hotel) 8.00am
• Edenfield, Roston Arms 8.10am
• Walmersley Road (Post Office) 8.20am
• Bury College 8.30am
The return journey is the reverse of the above route leaving Bury College at 4.45pm Monday, Wednesday & Friday and 4.15pm on Tuesday & Thursday (TBC).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
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
Lot 2 - Littleborough
Lot No
2
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD33 - Manchester
Main site or place of performance
Manchester
two.2.4) Description of the procurement
AM and PM journeys will require a minimum seating capacity of 35 - no standing. Please note that time and routes are subject to change.
• Church Street 7:35am
• Halifax Road/Smithy Bridge Road 7:43am
• St James Church 7:50am
• St. Mary’s Gate 8.00am
• Manchester Road (Tesco) 8.05am
• Bolton Road (opposite Springfield Park) 8.10am
• Heywood Library 8.15am
• Heywood Summit 8.18am
• Bury College 8:35am
The return journey is the reverse of the above route leaving Bury College at 4.45pm Monday, Wednesday & Friday and 4.15pm on Tuesday & Thursday (TBC)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
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
Lot 3 – Moston
Lot No
3
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD33 - Manchester
Main site or place of performance
Manchester
two.2.4) Description of the procurement
AM and PM journeys will require a minimum seating capacity of 53 - no standing. Please note that time and routes are subject to change.
• Lightbowne Road (after Nuthurst Road) 8.10am
• Victoria Avenue East (after Northwood Drive) 8.14am
• Victoria Avenue (after Hill Lane) 8.20am
• Victoria Avenue (after Plant Hill Road) 8.22am
• Bury College 8.40am
The return journey is the reverse of the above route leaving Bury College at 4.45pm Monday, Wednesday & Friday and 4.15pm on Tuesday & Thursday (TBC)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
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
Lot 4 – Bolton 1
Lot No
4
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD33 - Manchester
Main site or place of performance
Manchester
two.2.4) Description of the procurement
AM and PM journeys will require a minimum seating capacity of 53 - no standing. Please note that time and routes are subject to change.
• Bottom of Halliwell Road 7.30am
• Halliwell Road (opposite St Paul’s Church) 7.35am
• Mossbank Way 7.41am
• Blackburn Road (Starbucks) 7.45am
• Darwen Road 7.55am
• Turton Road 7.57am
• Bolton Road 7.59am
• Lea Gate 8.03am
• Longsight 8.06am
• Hardy Mill Road 8.07am
• Arthur Lane 8.08am
• Bury Old Road 8.10am
• Church Street 8.15am
• Cockey Moor Road 8.17am
• Ainsworth Arms 8.20am
• Bury College 8.30am
The return journey is the reverse of the above route leaving Bury College at 4.45pm Monday, Wednesday & Friday and 4.15pm on Tuesday & Thursday (TBC).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
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
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
three.1.2) Economic and financial standing
List and brief description of selection criteria
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards possibly required
Minimum Turnover: £5m PL & EL
Minimum Insurance Levels: £5m PL & EL
three.1.3) Technical and professional ability
List and brief description of selection criteria
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards possibly required
Minimum Turnover: £5m PL & EL
Minimum Insurance Levels: £5m PL & EL
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
29 July 2024
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
29 July 2024
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
North Lindsey College
Scunthorpe
DN17 1AJ
nigel.dexter@tenetservices.com
Telephone
+44 7879190769
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).