Tender

Schools Bus Franchises

  • Greater Manchester Combined Authority

F02: Contract notice

Notice identifier: 2022/S 000-025015

Procurement identifier (OCID): ocds-h6vhtk-03665c

Published 6 September 2022, 7:58pm



Section one: Contracting authority

one.1) Name and addresses

Greater Manchester Combined Authority

Tootal Buildings, 56 Oxford Street

Manchester

M1 6EU

Contact

Ms Ioana Maier

Email

ioana.maier@tfgm.com

Telephone

+44 1612440846

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.tfgm.com

Buyer's address

http://www.tfgm.com

one.3) Communication

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

https://procontract.due-north.com/SupplierRegistration/Register

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/SupplierRegistration/Register

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Schools Bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Schools Bus Franchises

Reference number

DN627272

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

In accordance with the provisions of the Transport Act 2000 (as amended by the Bus Services Act 2017) and having followed the legislative procedure set out within the same, the Mayor of Greater Manchester decided on 25th March 2021 to introduce a bus franchising scheme for the entire Greater Manchester Combined Authority ('GMCA') area.

As the executive body with responsibility for various transport functions on behalf of the GMCA, TfGM is responsible for various functions associated with the implementation and operation of the franchising scheme, including but not limited to undertaking and managing the procurement process for the school service franchises.

The GMCA will be the contracting entity and the bus franchising scheme will be overseen and managed by Transport for Greater Manchester ('TfGM'), including the procurement of Schools Bus Franchises services, on behalf of the GMCA.

The procurement of Schools Bus Franchises packages will take place in three tranches which will align with the three franchises in which Large and Small franchises are being procured. These franchises will not all be introduced simultaneously, due to various transitional and implementation issues that will need to be addressed. The School Bus Franchises will be tendered in three Franchise Tranches determined by geographical area, as follows:

(i) The first Schools Franchise Tranche (broadly covering Bolton, Salford and Wigan), is

expected to contain 23 schools only franchises;

(ii) The second Schools Franchise Tranche (broadly covering Bury, Rochdale, North Manchester and Oldham) is expected to contain 6 schools only franchises; and

(iii) The third Schools Franchise Tranche (broadly covering Tameside, Stockport, South Manchester and Trafford) is expected to contain around 25 schools only franchises.

TfGM requires schools services to commence on the first day of the 2023/24 academic year (the actual date will be confirmed and may vary depending on the school served), which is before the period that local service contracts can be awarded under TfGM’s delegated powers from GMCA under section 123A of the Transport Act 2000. Due to this, the successful Tenderer for each package will also be contracted by TfGM under TfGM’s delegated powers under section 9A of the Transport Act 1968 (and the Manchester City Council Report for Resolution following the Greater Manchester Combined Authority (Functions and Amendments) Order 2019 No. 793) and sections 89-92 of the Transport Act 1985 as a secured service contract for the period from 1 September 2023 to 17 September 2023 (under the same franchise agreement) and GMCA intends to issue service permits for such services to the extent required to operate such services within the area of the Franchising Scheme prior to such contracts being local service contracts.

Schools Bus Franchises Key Principles

The key elements of the commercial approach to franchising in Greater Manchester are summarised below. Further detail can be found in the Selection Questionnaire document, which can be found on the Pro-Contract ETendering portal: https://procontract.due-north.com

Depots: Operators will be required to provide their own depot facilities.

Intelligent Transport Systems (ITS): TfGM will procure contracts for the supply and maintenance of some aspects of the required ITS solution (such as vehicle location, ticketing and driver communications systems) to ensure a standardised approach.

The scope of this procurement is to procure contracts under each of the 23 lots (each of which relates to a franchise school package in Tranche 1) based on the schools served, ranging in size from 1 to 13 Peak Vehicle Requirement (PVR).

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Package A – Co-op Academy-Canon Slade HS

Lot No

1

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 1 is referred to as 'Package A - Co-op Academy-Canon Slade'. Within the package there is a Peak Vehicle Requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £516,420

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package B – East Salford

Lot No

2

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 2 is referred to as 'Package B - East Salford'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £516,420

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package C – Salford YSBs

Lot No

3

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 3 is referred to as 'Package C - Salford YSB Package'. Within the package there is a Peak Vehicle requirement of 3 and the services should be operated using a TfGM owned vehicle, which will be leased to the successful tenderer. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £774,630

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package D – Wigan Colleges

Lot No

4

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 4 is referred to as 'Package D - Wigan Colleges'. Within the package there is a Peak Vehicle requirement of 9 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,323,890

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package E – Bury

Lot No

5

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 5 is referred to as'Package E - Bury'. Within the package there is a Peak Vehicle requirement of 6 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,549,260

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package F – Bury YSBs

Lot No

6

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 6 is referred to as'Package F - Bury YSB package'. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using a TfGM owned vehicle, which will be leased to the successful tenderer. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £258,210

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package G – Canon Slade HS

Lot No

7

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 7 is referred to as 'Package G - Canon Slade'. Within the package there is a Peak Vehicle requirement of 13 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,356,730

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package H – North Bolton Smithills - Sharples HS

Lot No

8

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 8 is referred to as 'Package H - North Bolton Smithills - Sharples'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £516,420

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package I – North Bolton Thornleigh

Lot No

9

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 9 is referred to as 'Package I - North Bolton Thornleigh'. Within the package there is a Peak Vehicle requirement of 10 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,582,100

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package J – North Bolton YSBs

Lot No

10

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 10 is referred to as 'Package J - North Bolton YSB Package'. Within the package there is a Peak Vehicle requirement of 3 and the services should be operated using a TfGM owned vehicle, which will be leased to the successful tenderer. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £774,630

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package K – Ashton Schools

Lot No

11

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 11 is referred to as 'Package K - Ashton Schools'. Within the package there is a Peak Vehicle requirement of 8 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,065,680

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package L – Hindley

Lot No

12

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 12 is referred to as 'Package L - Hindley'. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £258,210

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package M – South Bolton

Lot No

13

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 13 is referred to as 'Package M - South Bolton MSJ-St James-Little Lever'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £516,420

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package N – South Bolton YSBs

Lot No

14

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 14 is referred to as 'Package N - South Bolton YSB Package'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using a TfGM owned vehicle, which will be leased to the successful tenderer. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £516,420

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package O – North West Wigan

Lot No

15

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 15 is referred to as 'Package O - North West Wigan'. Within the package there is a Peak Vehicle requirement of 12 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,098,520

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package P – Cross Boundary Lowton - Hope

Lot No

16

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 16 is referred to as 'Package P - Cross Boundary Lowton-Hope'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £516,420

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package Q – East Leigh Bedford HS

Lot No

17

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 17 is referred to as 'Package Q - East Leigh Bedford HS'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £516,420

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package R – East Leigh St Marys HS

Lot No

18

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 18 is referred to as 'Package R - East Leigh St Mary's HR'. Within the package there is a Peak Vehicle requirement of 7 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,807,470

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package S – Turton HS

Lot No

19

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 19 is referred to as 'Package S - Turton HS'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £516,420

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package T – Westhoughton HS

Lot No

20

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 20 is referred to as 'Package T - Westhoughton HS'. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £258,210

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package U - St Catherine's

Lot No

21

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 21 is referred to as 'Package U - St Catherine's'. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £258,210

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package V – St Peter’s - St John Fisher

Lot No

22

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 22 is referred to as 'Package V - St Peter's-St John Fisher'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £516,420

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

The agreement includes two options to extend, each for a further 12 months.

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) Description

two.2.1) Title

Package W – Hawkley Hall

Lot No

23

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Lot 23 is referred to as 'Package W - Hawkley Hall'. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £258,210

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

The agreement includes two options to extend, each for a further 12 months.

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


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Transport for Greater Manchester's particular conditions are set out in the tender documentation made available via Pro-contract.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

6 October 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 October 2022

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

• Please note the return date and time – 6/10/2022 at 12 Noon is the final date for submission of the completed Selection Questionnaire,

• This Procurement process will be conducted through the ProContract e-tendering portal and any submission made outside of this portal will be disqualified,

• All communications, including tender submission must be written in English,

• Nothing in this procurement process is intended to form any express or implied contractual relationship between parties unless and until the award of a contract is concluded,

• Any contract entered into as a result of this procurement will be considered to be a contract governed by English Law and subject to the exclusive jurisdiction of the Courts of England and Wales,

• TfGM is not liable for any costs, fees or expenses (including third party costs, fees or expenses) incurred by those expressing an interest in, negotiating or tendering for this contract opportunity,

• TfGM reserves the right to terminate this procurement process or to amend or vary the process at any time prior to the conclusion of the award of contract without liability to any party.

six.4) Procedures for review

six.4.1) Review body

Transport for Greater Manchester

Manchester

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

TfGM will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to receive further debriefing from the contracting authority before the contract is entered into. Applicants who are unsuccessful shall be informed by TfGM as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1.

If an appeal regarding the award of the contract has not been successfully resolved, Utilities Contract Regulations 2016 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 30 days). If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where TfGM has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order TfGM to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.