Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
UK
Telephone: +44 3451550000
E-mail: Carrie.Tough@fife.gov.uk
NUTS: UKM72
Internet address(es)
Main address: http://www.fife.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
TT0019 - Education Taxi and Minibus Framework
Reference number: TT0019
II.1.2) Main CPV code
60000000
II.1.3) Type of contract
Services
II.1.4) Short description
The purpose of this invitation to tender is to establish a Framework Agreement for the supply of transport services principally for the conveyance of children and young people to schools and other educational establishments (these requirements may also include transport to and from out of school clubs and transport to training) for all of Fife. The Framework may also be used to provide replacement transport services where roadworks prevent a local bus service from serving its normal route and could be used for the provision of other transport services for Fife Council, for example the delivery of school meals.
Contracts operated through this Framework can generally be undertaken by taxis, private hire cars and minibuses (with up to 22 passenger seats). There is a requirement for some vehicles to be capable of carrying passengers in wheelchairs (Wheelchair Accessible Vehicles (WAV)).
PLEASE NOTE that 2A.18 of the SPD requires the list of Lots applied for. This should be done in the separate Pricing Schedule document.
II.1.5) Estimated total value
Value excluding VAT:
2 248 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60000000
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife Wide and surrounding boundaries.
II.2.4) Description of the procurement
Fife Council requires to appoint Contractors capable of meeting the needs of the Council in relation to the provision of Education Taxi and Minibus Framework. This Lot requires Contractors to undertake School journeys Fife Wide and have the necessary vehicle (Saloon 4 seater passenger vehicle; MPV (5 to 8 passenger seats) vehicle; MPV Wheelchair Access Vehicle (WAV) (5 to 8 passenger seats) vehicle; Minibus (9 to 16 passenger seats) vehicle; Minibus Wheelchair Access Vehicle (WAV) (9 to 16 passenger seats) vehicle; and Large Minibus (17 to 22 passenger seats) vehicle) to undertake these journeys. Journeys may take place wholly within a zone (West, Kirkcaldy, Glenrothes, Levenmouth and North East), between zones or between Fife and locations across the Fife boundary and maybe outwith Fife.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality criteria stated within TN1 document
/ Weighting: 20
Price
/ Weighting:
80
II.2.6) Estimated value
Value excluding VAT:
2 248 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Price is not the only award criterion and all Quality criteria are stated only in the Procurement documents.
PLEASE NOTE that 2A.18 of the SPD requires the list of Lots applied for. This should be done in the separate Pricing Schedule document.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Relevant selection criteria are included in the SPD document. Of particular note are questions 4A.2.2 and 4C.9 of the SPD, which ask about licences and vehicles. Please provide answers to these in the separate Vehicle Details Form document.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Relevant selection criteria are included in the SPD document. Of particular note are questions 4B.5.1 and 4B.5.2 of the SPD, which asks about insurances. It is a requirement that bidders hold or can commit to obtain prior to the commencement of the Framework, the minimum levels of insurance.
Minimum level(s) of standards required:
*Employer's Liability Insurance (if required) = minimum of 10 million GBP;
*Public Liability Insurance = minimum of 5 million GBP;
*Appropriate motor vehicle/fleet insurance is also required.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Relevant selection criteria are included in the SPD document. Of particular note is question 4C.7 of the SPD, which requires bidders to submit a Climate Change Plan. This should be answered in the separate TN2 document.
Minimum level(s) of standards required:
Pass/Fail
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
See applicable Conditions of Contract.
III.2.2) Contract performance conditions
See applicable Conditions of Contract.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 500
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/03/2024
Local time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 48 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/03/2024
Local time: 09:00
Information about authorised persons and opening procedure:
Fife Council Procurement staff
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
It is anticipated there will be ongoing requirements for these services. Any future tender opportunity is likely to be published approximately 6 months before the end of the Framework period.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
All sections of the SPD are to be completed unless marked 'Not Applicable.'
Question 4D.2 of the SPD requires bidders to be members of the ECO Stars Scheme by 1st August 2024.
Tenderers are advised to check they have uploaded the correct documents.
The answers to the quality/technical questions are multiple choice.
Community Benefit details are listed within the tender documentation.
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=759075.
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.
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:
The Contractor is expected to offer community benefits, which, on this occasion, shall be mandatory for those successful contractors to commit to 0.2% of the value of contracts if their total is over 300,000.00 GBP per annum or more in contracts value through the Framework in any August to July year of the Framework.
(SC Ref:759075)
VI.4) Procedures for review
VI.4.1) Review body
Kirkcaldy Sheriff Court
Whytecauseway
Kirkcaldy
KY1 1XQ
UK
E-mail: kirkcaldy@scotcourts.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:
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 Court or the Court of Session.
VI.5) Date of dispatch of this notice
23/02/2024