Section one: Contracting authority
one.1) Name and addresses
Inverness College UHI (Also known as UHI Inverness)
1 Inverness Campus
Inverness
IV2 5NA
Telephone
+44 1463273000
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
http://www.inverness.uhi.ac.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00454
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publiccontractsscotland.gov.uk/
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 Taxi Services Framework
Reference number
CS-IC-26667
two.1.2) Main CPV code
- 60120000 - Taxi services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is seeking to award a Multi Contractor Framework for the Provision of Taxi Services for UHI Inverness as set out in this Invitation to Tender (ITT) document and its appendices.
two.1.5) Estimated total value
Value excluding VAT: £240,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
Main site or place of performance
UHI Inverness IV" 5NA
two.2.4) Description of the procurement
The Authority is seeking a Contractor to provide Transport Services, specifically the transportation of authorised students (some with additional support needs or disabilities), and staff to be transported to and from specified locations and the UHI Inverness campus locations.
The Transport Service will deliver the passengers to the UHI Inverness campus locations in the morning and return them to agreed locations at the end of the college day (some collections/drop offs will be to/from student’s home addresses and others will be centralised pick up/drop off points for multiple students).
The Transport Service is required Monday to Friday during the College semesters (semester dates will be confirmed at a later date).
two.2.5) Award criteria
Quality criterion - Name: Service Delivery Methodology / Weighting: 21
Quality criterion - Name: Key Personnel & Booking Methodology / Weighting: 14
Quality criterion - Name: Health and Safety / Weighting: 18
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Value Added Services / Weighting: 7
Cost criterion - Name: Cost / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial term will be 2 years and renewals may be possible though optional extensions are available
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
Tenderers are expected to examine all instructions, questions, forms, terms, and specification in the ITT and check they are complete in all respects.
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
Bidders must confirm that they hold a Taxi or Private Hire Car Operator’s Licence issued under the Civic Government Scotland Act 1982. A copy of the Operator’s Licence must be provided.
The Contractor and any sub-Contractors (if relevant) must hold a Public Service Vehicle (PSV) operator’s licence and should ensure all relevant legislation and regulations are adhered to in order to maintain their PSV licence throughout the duration of the Contract.
All drivers must have a Certificate of Professional Competence (CPC) qualification and have been Protecting Vulnerable Groups (PVG) checked by the authority prior to commencing duties under this contract.
From 1 July 2025 onwards, it will become a criminal offence for:
-individuals to carry out a regulated role if they are not a member of the PVG scheme
-organisations to offer a regulated role to an individual who is not a member of the PVG scheme
This adds to the existing offences under the PVG Act. It will continue to be an offence for an individual to seek, agree to do or carry out a regulated role if the individual is barred from working with children, protected adults or both. Similarly, organisations must not offer a regulated role to someone who is barred from that type of regulated role.
As it is the responsibility of the employer to process PVG’s, all contractors must ensure the full scheme membership of all applicable employees is in place and this is checked against the children’s barred list.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Contract Agreement will be monitored against Key Performance Indicators specified in detail in the table contained in the ITT. The Contractor must provide KPI information to the Authority’s nominated contact every 6 months.
This list may be further developed throughout the lifetime of the Contract Agreement as demand evolves in consultation with the Contractor and User Intelligence Group.
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
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Due to the geographical nature and the service delivery and the unlikely event of new economic operators in this area the college will look have a 5 year framework, though this will be reviewed annually after the initial 2 year term
four.1.6) Information about electronic auction
An electronic auction will be used
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
17 June 2025
Local time
11:00am
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
17 June 2025
Local time
12:00pm
Place
UHI Inverness
Information about authorised persons and opening procedure
PCS Postbox to be opened by Procurement Manager Only
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 6 Months prior to the end of initial / extension period
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
Tenderers are expected to examine all instructions, questions, forms, terms, and specification in the ITT and check they are complete in all respects.
Tenderers should notify the Authority promptly of any perceived ambiguity, inconsistency, or omissions in this ITT, any of its associated documents and/or any other documentation issued to them during the procurement exercise.
Tenderers are responsible for ensuring that they have submitted a complete and accurate Tender Response. Prices must be submitted in GBP Sterling, exclusive of VAT
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=798654.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:798654)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=798654
six.4) Procedures for review
six.4.1) Review body
Scottish Courts and Tribunals
The Inverness Justice Centre Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom