- Scope of the procurement
- Lot 1. Service 122 (Gullane Circle)
- Lot 2. Service 113 – Western General
- Lot 3. Service 124
- Lot 5. Service 121 - Haddington to North Berwick
- Lot 4. Service 120 - Dunbar to North Berwick
- Lot 6. Service 123 - Gifford Circle
- Lot 7. Service 110 Elphinstone to Prestonpans Rail Station
- Lot 8. Service 110-Elphinstone to Prestonpans Rail Station only
- Lot 9. Service 111 Haddington to Edinburgh Royal Infirmary
- Lot 10. Service 130 and Service 131
Section one: Contracting authority
one.1) Name and addresses
East Lothian Council
John Muir House
Haddington, East Lothian
EH41 3HA
Country
United Kingdom
NUTS code
UKM73 - East Lothian and Midlothian
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181
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/Access/Login.aspx
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/Access/Login.aspx
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
Supported Buses
Reference number
ELC-24-0396
two.1.2) Main CPV code
- 60112000 - Public road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this tender invitation is to establish a Framework Agreement for the operation of supported bus services in East Lothian with a vision to creating an integrated transport network for East Lothian.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
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
Service 122 (Gullane Circle)
Lot No
1
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Service 122 - Gullane Circle
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Service 113 – Western General
Lot No
2
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Service 113 – Western General to Pencaitland
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Service 124
Lot No
3
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Service 124
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Service 121 - Haddington to North Berwick
Lot No
5
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Service 121 - Haddington to North Berwick
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Service 120 - Dunbar to North Berwick
Lot No
4
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Service 120 - Dunbar to North Berwick
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Service 123 - Gifford Circle
Lot No
6
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Service 123 - Gifford Circle
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Service 110 Elphinstone to Prestonpans Rail Station
Lot No
7
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Service 110 Elphinstone to Prestonpans Rail Station
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Service 110-Elphinstone to Prestonpans Rail Station only
Lot No
8
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Service 110-Elphinstone to Prestonpans Rail Station only
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Service 111 Haddington to Edinburgh Royal Infirmary
Lot No
9
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Service 111 Haddington to Edinburgh Royal Infirmary
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Service 130 and Service 131
Lot No
10
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Service 130 and Service 131
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Part 4A: Technical and professional ability
Minimum level(s) of standards required:
It is a mandatory requirement of this contract that the Contractor and any proposed sub-contractor provide or are members of a comprehensive internet and phone-based travel planning service (e.g. Traveline or a suitable equivalent).
The Service Provider shall have and keep in force for the duration of the Contract a Public Service Vehicle Operator’s Licence of the relevant classification as required by Section 12 of the Public Passenger Vehicles Act 1981 or a Community Bus Permit issued under Section 22 of the Transport Act 1985 which permits the operation of the Service and shall produce the licence or permit at any time for inspection by an authorised officer of the Council.
All vehicles being used in the performance of this Service shall be licensed, equipped, maintained and insured as required.
It is the Service Provider’s responsibility to ensure that all vehicles employed can use the roads utilised for the Service bearing in mind the requirements of weight restrictions, low bridges, Traffic Regulation Orders and any specific restrictions listed in the Schedule of Requirements.
Unless the Council stipulates otherwise, vehicles used on the service must be of low-floor, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2023.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
-Employers Liability insurance to the value of at least ten million pounds Sterling (GBP10,000,000) in respect of any one event and unlimited in the period.
-Public Liability insurance to the value of at least ten million pounds Sterling (GBP5,000,000) in respect of any one event and unlimited in the period.
-Motor insurance – to the value of at least five million pounds Sterling (GBP 5,000,000) in respect of any one event and unlimited in the period.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Part 4C: Technical and Professional Ability – Prompt Payment
It is a mandatory requirement of this Framework that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question.
Part 4C: Environmental Management Measures
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
A completed copy of “Schedule 6- Climate Change” including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions. Please note Schedule 6- Climate Change is supplied as an individual document for completion. Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part 4D: Quality Assurance Schemes
It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
It is a mandatory requirement of this Framework that the Contractor or any proposed sub-contractor will utilise vehicles used on the service must be of low-floor vehicles, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2000 in the operation of any contract procured under this Framework.
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 Service Provider shall have and keep in force, for the duration of any Contract awarded under this Framework, a Public Service Vehicle Operator’s Licence of the relevant classification as required by Section 12 of the Public Passenger Vehicles Act 1981 or a Community Bus Permit issued under Section 22 of the Transport Act 1985 which permits the operation of the Service and shall produce the licence or permit at any time for inspection by an authorised officer of the Council.
three.2.2) Contract performance conditions
East Lothian Council Terms & Conditions.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
3 February 2025
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
3 February 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
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
Part 4D: Quality Assurance Schemes
It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
It is a mandatory requirement of this Framework that the Contractor or any proposed sub-contractor will utilise vehicles used on the service must be of low-floor vehicles, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2000 in the operation of any contract procured under this Framework.
There are community benefits requirements as part of this Framework agreement.
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=784690.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
This Contract includes an obligation for the delivery of Community Benefits once the aggregate spend with the Council reaches GBP 50,000 in any financial year]. The Community Benefits information included in the Tender documentation outlines the Community Benefits that the Council is seeking as part of this Contract.
(SC Ref:784690)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=784690
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chamber Street
Edinburgh
EH1 1LB
Country
United Kingdom