Tender

Framework Agreement for Taxi and Private Hire Provision

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2025/S 000-069815

Procurement identifier (OCID): ocds-h6vhtk-059cea

Published 30 October 2025, 3:25pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

corporateprocurement@northlan.gov.uk

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

https://www.northlanarkshire.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

one.3) Communication

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

https://www.publictendersscotland.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.publictendersscotland.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

Framework Agreement for Taxi and Private Hire Provision

Reference number

NLC–CPT-25-076

two.1.2) Main CPV code

  • 60120000 - Taxi services

two.1.3) Type of contract

Services

two.1.4) Short description

North Lanarkshire Council (the “Council”) requires the provision of passenger transport services to supplement its existing arrangements managed by Strathclyde Passenger Transport (SPT) for school pupil transport (drop-offs and pickups before and after the school day), and transport for pupils with Additional Support Needs (ASN).

To meet this need, the council intends to establish a multi-lot, multi-supplier framework agreement for taxi and private hire services that shall support a range of transport requirements, including (but not limited to) services for Integrated Day Services, wider social care provision, housing, education, corporate and elected members for staff-related travel.

Further information on the Lots, including applied Sub-Lots is detailed below.

Full information on the Details of Requirements to be applied within the framework agreement are detailed in ITT Annex 1 available via PCS-Tender.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Integrated Day Support (IDS) Transport Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 60120000 - Taxi services
  • 60100000 - Road transport services
  • 60140000 - Non-scheduled passenger transport
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60171000 - Hire of passenger cars with driver

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

In addition to Description detailed above in this Contract Notice, Lot 1 – Integrated Day Support (IDS) Transport Services shall be used to facilitate the transport of Service Users from defined pick up points to the Councils older adult day service centres.

Lot 1 of the framework agreement is further broken down across six (6) Sub-Lots as detailed below:

Lot 1A – IDS Transport Services – Airdrie Locality

Lot 1B – IDS Transport Services – Bellshill Locality

Lot 1C – IDS Transport Services – Coatbridge Locality

Lot 1D – IDS Transport Services – Cumbernauld Locality

Lot 1E – IDS Transport Services – Motherwell Locality

Lot 1F – IDS Transport Services – Wishaw Locality

Tenderers are free to bid for all six (6) Sub-Lots however may only be appointed to a maximum of three (3).

Lot 1 shall operate via the appointment of a single Contractor to each of the six Sub-Lots i.e. a maximum of six (6) Contractors appointed.

Full information on the Details of Requirements, Lot approach etc. for Lot 1 of the framework agreement is detailed in the tender pack, response envelopes etc. located in PCS-Tender.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery Approach / Weighting: 20

Quality criterion - Name: Accessibility and Inclusion / Weighting: 20

Quality criterion - Name: Booking and Communication Systems / Weighting: 20

Quality criterion - Name: Protection and Safeguarding / Weighting: 10

Quality criterion - Name: Training / Weighting: 10

Quality criterion - Name: Contingency Planning / Weighting: 10

Quality criterion - Name: Carbon Reduction / Net Zero / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 3

Quality criterion - Name: Community Benefits Methodology / Weighting: 2

Quality criterion - Name: Community Benefit Menu (Sub-Lot Specific) / Weighting: 2

Price - Weighting: 0

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be awarded for a maximum total period of 48 months. Following expiry of the framework agreement, the Council may elect to re-tender requirements.

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

Ad-hoc Taxi and Private Hire Provision

Lot No

2

two.2.2) Additional CPV code(s)

  • 60120000 - Taxi services
  • 60100000 - Road transport services
  • 60140000 - Non-scheduled passenger transport
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60171000 - Hire of passenger cars with driver

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

In addition to Description detailed above in this Contract Notice, Lot 1 – Integrated Day Support (IDS) Transport Services shall be used to facilitate the transport of Service Users from defined pick up points to the Councils older adult day service centres.

Lot 2 – Ad-hoc Taxi and Private Hire Provision of the Framework Agreement shall be used to facilitate transport of service users in areas including (but not limited to) social care provision, education pupils and staff, housing / homelessness, elected members, Council personnel etc.

Lot 2 of the arrangement is further broken down across three (3) Sub-Lots as detailed below:

Lot 2A – Ad-hoc Taxi and Private Hire – Northern Zone

Lot 2B – Ad-hoc Taxi and Private Hire – Central Zone

Lot 2C – Ad-hoc Taxi and Private Hire – Southern Zone

Tenderers are free to bid for all three (3) Sub-Lots and con be appointed to a maximum of three (3).

Lot 2 shall operate via the appointment of no more than four (4) Contractors to each of the three Sub-Lots i.e. a maximum of 12 Contractors appointed.

Full information on the Details of Requirements, Lot approach etc. for Lot 2 of the framework agreement is detailed in the tender pack, response envelopes etc. located in PCS-Tender.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery Approach / Weighting: 20

Quality criterion - Name: Accessibility and Inclusion / Weighting: 20

Quality criterion - Name: Booking and Communication Systems / Weighting: 20

Quality criterion - Name: Protection and Safeguarding / Weighting: 10

Quality criterion - Name: Training / Weighting: 10

Quality criterion - Name: Contingency Planning / Weighting: 10

Quality criterion - Name: Carbon Reduction / Net Zero / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 3

Quality criterion - Name: Community Benefits Methodology / Weighting: 2

Quality criterion - Name: Community Benefit Menu (Sub-Lot Specific) / Weighting: 2

Price - Weighting: 0

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be awarded for a maximum total period of 48 months. Following expiry of the framework agreement, the Council may elect to re-tender requirements.

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

all Services to be delivered under the framework agreement for both Lots 1 and 2 shall be delivered in strict accordance with the Councils Taxi and Private Hire licensing and specification conditions

three.2.2) Contract performance conditions

Further information on contract performance conditions is located within Annex 7 of the ITT document within the PCS-Tender System.


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: 18

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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-057623

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 December 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: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 December 2025

Local time

12:00pm

Information about authorised persons and opening procedure

Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change at the Councils sole discretion.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The framework agreement will be awarded for a maximum total period of 48 months. Following expiry of the framework agreement, the Council may elect to re-tender requirements.

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 must complete the SPD (Scotland) within the Qualification Envelope of the PCS Tender. Full Selection criteria is as stated in the procurement documents

All Tenderers must complete the required Qualification and Technical Envelope applicable to all Lots, and Sub-Lots they are bidding for within the PCS-Tender as instructed.

Late Tenders will not be considered under any circumstances. For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council. The Council will not provide additional notification to any Bidder of the rejection of a late Tender.

The complete Tender (complete with SPD (Scotland)) should be submitted in accordance with the instructions detailed in PCS-Tender.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30453. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Tenderers should refer to Annex 2 of the ITT Document located within the PCS-Tender for further information on the Councils Community Benefit expectations within the framework agreement.

(SC Ref:814126)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Cours or the Court of Session.