Section one: Contracting authority
one.1) Name and addresses
University of Kent
The Registry
Canterbury, Kent
CT2 7NZ
Contact
Max Hubbard
Country
United Kingdom
Region code
UKJ4 - Kent
National registration number
XN5452
Internet address(es)
Main address
https://www.kent.ac.uk/finance/procurement.html
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/97209
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73653&B=UNIVERSITYKENT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73653&B=UNIVERSITYKENT
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
Campus Shuttle Bus Service
Reference number
MH23_001
two.1.2) Main CPV code
- 60172000 - Hire of buses and coaches with driver
two.1.3) Type of contract
Services
two.1.4) Short description
The main purpose of this Contract is for the provision of a shuttle bus service operating between the University’s two main campuses that are Canterbury and Medway.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60130000 - Special-purpose road passenger-transport services
- 60172000 - Hire of buses and coaches with driver
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
The main purpose of this Contract is for the provision of a shuttle bus service operating between the University’s two main campuses that are Canterbury and Medway.
This service operates during the academic term times and is for the students and staff of the University of Kent.
This service provision may be extended to other partnering Universities in the future, in the Canterbury and Medway geographical area (subject to further discussion and negotiation with the successful Contractor).
The Service Provider must hold a valid Public Service Operators Licence and provide suitable coaches with competent and trained drivers to operate this service.
The Service shall consist of suitably sized coaches to run concurrently from each campus daily operating a day, evening and weekend service accommodating the booking demands for every journey. (The present service consists of two 29 seater coaches and a 52 seater operating as and when the demand requires).
The Service Provider is expected to be proactive in monitoring the demand times and to be flexible in the supply of service by accommodating the peak demand times with a larger vehicle when necessary.
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: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
15 January 2024
End date
19 June 2026
This contract is subject to renewal
Yes
Description of renewals
The contract will commence on the 15/01/2024 and run for a period of three (3) years until 19/06/2026 which will be agreed on an annual basis in 12 month instalments (1+1+1+1+1).
The University reserves the right to extend the contract for two additional years at the end of the original contract period, which will be agreed annually in 12 month instalments.
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
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
15 November 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 November 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom