Framework Contract for Transportation

  • Renfrewshire Council
  • Renfrewshire Leisure

F14: Notice for changes or additional information

Notice identifier: 2021/S 000-019901

Procurement identifier (OCID): ocds-h6vhtk-029b46

Published 16 August 2021, 11:55am



Section one: Contracting authority/entity

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Brian Bradley

Email

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

Email

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


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.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2021/S 000-016249


Section seven. Changes

seven.1) Information to be changed or added

seven.1.2) Text to be corrected in the original notice

Section number

IV.2.2

Place of text to be modified

Time limit

Instead of
Date

23 August 2021

Local time

12:00pm

Read
Date

30 August 2021

Local time

12:00pm

Section number

IV.2.7

Place of text to be modified

Conditions for opening of tenders

Instead of
Date

23 August 2021

Local time

12:30pm

Read
Date

30 August 2021

Local time

12:00pm

seven.2) Other additional information

With regards to Section 5 – Evaluation Procedure : Framework Contract of the Invitation to Tender:

Part 5.4 Commercial Envelope – All Lots of the Invitation to Tender states the following:

The Commercial Envelope contains requests for pricing/commercial information that is required to be scored. The associated weighting for this overall section is 60% so the maximum score possible will be given 60% and all Tenderers will receive a score on a pro-rata basis .i.e. Lowest Fee Tender will receive the maximum percentage available, all other Tenders will be calculated in line with the following worked example;

“Tenderer 1 Fee = 50,000 GBP Tenderer 2 Fee = 65,000 GBP

Tenderer 1 is awarded the full 60% available i.e. 50,000 GBP = 60%

Tenderer 2’s score will be calculated on the following basis:

50,000 GBP/65,000 GBP x 0.6 x 100 = 46.15%”

This evaluation will be applicable to all Lots. Tenderers will be required to complete the Pricing Schedule relevant to the Lot(s) they are bidding for.

The Pricing Schedule for each Lot contains a scenario which is required to be completed to fulfil the commercial offering. The scenario contains a handful of Journeys which are for evaluation purposes only and are not a request for pricing for the Purchaser’s actual Journey requirement. The Journeys required during a Call-Off will differ from the scenario.

Tenderers are required to provide information on the size of proposed Vehicle i.e. number of passenger seats in the Vehicles. Information on the classification of Vehicle – bus, private hire or taxi this information is for information only. Tenderers are also required to provide the Total Cost per Journey for the Vehicle for evaluation purposes only. Each Total Cost per Journey for the Vehicle will be added together to create a Tender Total for that Lot.

The Council is changing the evaluation methodology for Lot 3 – Ad Hoc Buses. The change affects Lot 3 – Ad Hoc Buses only.

In relation to Lot 3 – Ad Hoc Buses, Tenderers are advised that they can bid for one or more of the scenario routes. The Council will evaluate this specific Lot based in line with the following worked example:-

“Tenderer 1 submits a Fee for only route Kirklandneuk 1 = 5,000 GBP Tenderer 2 Fee for Kirklandneuk 1 = 6,500 GBP

Tenderer 1 is evaluated against all bids received for route Kirklandneuk 1. This allows comparison on a like for like basis. Tenderer 1 is deemed to be the lowest price and is awarded the full 60% available i.e. 5,000 GBP = 60%. Tenderer 2’s score will be calculated on the following basis: 5,000 GBP/6,500 GBP x 0.6 x 100 = 46.15%”

As a result of this change, the Council is extending the deadline for bids to 12 noon on Monday, 30 August. The Messaging Area will now close at 12 noon on Monday, 23 August.