Section one: Contracting authority
one.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1QE
Contact
Claire Petrie
claire.petrie@dundeecity.gov.uk
Telephone
+44 1382433401
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ITT for School to College Bus Transport
Reference number
DCC/CF/19/25
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
The transportation via bus of Senior Pupils within Dundee City Schools to College Campus either Gardyne Campus or Kingsway Campus, Dundee
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)
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee City
two.2.4) Description of the procurement
Transportation via Bus of Senior Pupils within Dundee Schools to College Campus, either Gardyne or Kingsway Campus'
two.2.5) Award criteria
Quality criterion - Name: Compliance with Specification of Requirements / Weighting: pass/fail
Quality criterion - Name: Duty of Care, Health and Safety & Risk Management / Weighting: pass/fail
Quality criterion - Name: PVG Scheme Disclosure / Weighting: pass/fail
Quality criterion - Name: Environment / Weighting: pass/fail
Quality criterion - Name: Delivery of Contract and Quality of Service and Contingencies / Weighting: 8
Quality criterion - Name: Fair Work First / Weighting: 2
Price - Weighting: 90
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
19 August 2025
End date
30 June 2027
This contract is subject to renewal
Yes
Description of renewals
Optional extension for 1 + 1 academic years
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Supplier must be the holder of a current relevant Public Service Vehicle (PSV) Operator's Licence. The Supplier shall produce the licence for inspection when required to do so by the Purchaser.
All drivers shall be in possession of a valid Passenger Carrying Vehicle (PCV) Driver’s Licence for the type of Public Service Vehicles (PSV) vehicle being driven.
It is the Supplier’s legal duty to ensure that drivers employed by the Supplier engaged in the delivery of education transport contracts must be appropriately vetted.
Drivers will require to be a member of the Protecting Vulnerable Groups (PVG) Scheme for those working with children under and been approved by the Purchaser. The Supplier will be expected to ensure that any drivers providing the Service submit the appropriate application to form to Disclosure Scotland within 7 days of appointment to the contract.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability.
It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability.
Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide their audited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size.
As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence: A business plan for a minimum 3-year trading period setting out projected annual average turnover; audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, and letter of support for the bidder’s bank setting out the level of financial support available to the business from the bank and for how long that is available.
A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what information, such as a business plan for the period 01/04/2024 – 31/03/2027, was considered by the bank in deciding to make that support available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all Questionnaire responses so the provision of as much information as possible is encouraged.
All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seek additional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference.
Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee.
Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Score check score of 35 or above.
Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35 or above The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
The Supplier must be the holder of a current relevant Public Service Vehicle (PSV) Operator's Licence. The Supplier shall produce the licence for inspection when required to do so by the Purchaser.
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
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
28 July 2025
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 July 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
All contracts officially start 19th August 2025, apart from Greenfield Academy, which will not start until Monday 25th August 2025
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=802777.
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:802777)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=802777
six.4) Procedures for review
six.4.1) Review body
Dundee Sherriff Court
6 West Bell Street
Dundee
DD1 9AD
Country
United Kingdom