Tender

Bury College - Student Transportation - ITT

  • Bury College

F02: Contract notice

Notice identifier: 2024/S 000-019618

Procurement identifier (OCID): ocds-h6vhtk-0472e5

Published 27 June 2024, 9:30am



Section one: Contracting authority

one.1) Name and addresses

Bury College

Market Street

Manchester

BL9 0BG

Email

information@burycollege.ac.uk

Telephone

+44 1612808280

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.burycollege.ac.uk/

Buyer's address

http://www.burycollege.ac.uk/

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

Email

information@burycollege.ac.uk

Telephone

+44 1612808280

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.burycollege.ac.uk/

Buyer's address

http://www.burycollege.ac.uk/

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

Email

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).