Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The City of Edinburgh Council
4 East Market Street
Edinburgh
Eh8 8BG
UK
Contact person: Ben Fulton
Telephone: +44 1315296432
E-mail: ben.fulton@edinburgh.gov.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Passenger Transport Framework Agreement
Reference number: CT1094
II.1.2) Main CPV code
60120000
II.1.3) Type of contract
Services
II.1.4) Short description
The City of Edinburgh Council intends to establish a Framework Agreement for the purpose of transport by taxi, private hire car or coach for a range of transport services including home to school transport for pupils and transport for a range of vulnerable services users. This Framework Agreement will be divided into Lots to cover unescorted and escorted travel arrangements, mainly within the city of Edinburgh.
II.1.5) Estimated total value
Value excluding VAT:
60 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Vehicle and Driver - Unescorted
II.2.2) Additional CPV code(s)
60140000
60170000
60120000
60130000
II.2.3) Place of performance
NUTS code:
UKM75
II.2.4) Description of the procurement
Vehicle and Driver – Unescorted. No specialist care, or equipment required including out of authority
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.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:
It is the intention of the Council that any Contract resulting from this ITT will commence on July 2024 for a period of two years with the option to extend for up to two periods of up to twelve months each, undertaken at the sole discretion of the Council.
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
Lot No: 2
II.2.1) Title
Vehicle, Driver and Passenger Assistant
II.2.2) Additional CPV code(s)
60140000
60170000
60120000
60130000
II.2.3) Place of performance
NUTS code:
UKM75
II.2.4) Description of the procurement
Vehicle, Driver and Passenger Assistant including out of authority. Specialist vehicle and/or equipment may be required for the transport of vulnerable children and adults.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.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:
It is the intention of the Council that any Contract resulting from this ITT will commence on July 2024 for a period of two years with the option to extend for up to two periods of up to twelve months each, undertaken at the sole discretion of the Council.
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
Lot No: 3
II.2.1) Title
Unescorted Passenger Transport
II.2.2) Additional CPV code(s)
60120000
60140000
60170000
II.2.3) Place of performance
NUTS code:
UKM75
II.2.4) Description of the procurement
The Contractor will be required to operate a high quality, reliable, responsive and cost effective pre-booked vehicle hire service for unescorted passenger journeys on behalf of the City of Edinburgh Council (the Council) to meet transport requirements for the following user groups:
Health and Social Care clients, approximately 48% of Framework Agreement usage - e.g. journeys to and from day centres and activities
Children and Families clients, approximately 40% of Framework Agreement usage - e.g. journeys to and from school and activities
Homeless persons accessing Council services, approximately 4% of Framework Agreement usage - e.g. journeys to and from temporary accommodation
Council staff and Councillors, approximately 8% of Framework Agreement usage - e.g. journeys to and from Council Offices
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.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:
It is the intention of the Council that any Contract resulting from this ITT will commence on July 2024 for a period of two years with the option to extend for up to two periods of up to twelve months each, undertaken at the sole discretion of the Council.
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
Lot No: 4
II.2.1) Title
Unescorted Passenger Transport
II.2.2) Additional CPV code(s)
60170000
60120000
60130000
60140000
II.2.3) Place of performance
NUTS code:
UKM75
II.2.4) Description of the procurement
Requirements for school coach trips and associated services, including but not limited to booking travel (such as ferries) and accommodation, trips and tour guides, and any other related services as determined by the scope of a particular trip. home to school transport fixed routes and ad hoc requirements from time to time on a temporary basis, for example for the purpose of accessing education-related extra-curricular activities (estimated overall requirement is 150 routes).
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.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:
It is the intention of the Council that any Contract resulting from this ITT will commence on July 2024 for a period of two years with the option to extend for up to two periods of up to twelve months each, undertaken at the sole discretion of the Council.
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
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:
The following requirements are needed for Lots 1, 2 and 3;
Home to school transport will require contracts to be fulfilled by taxi/PHV/PSV licensed drivers in appropriate vehicles.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Tenderers are required to have a minimum “general” annual turnover of as detailed in the grid below for the last two financial years. Where a Tenderer does not have an annual turnover of this value, 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.
The turnover sought will be used throughout the lifetime of the framework and the Council may limit the award of contracts from this framework should a Tenderer’s turnover be below the expected level for the maximum value as detailed below.
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio are detailed below. Where a Tenderer’s current ratio is less than the acceptable value, 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.
The current sought will be used throughout the lifetime of the framework and the Council may limit the award of contracts from this framework should a Tenderer’s current ratio be below the maximum of each stage detailed below.
Minimum level(s) of standards required:
Turnover requirements;
Annual Contract value; Over GBP500,000 Turnover required; GBP1,000,000
Annual Contract value; GBP400,000 to GBP500,000 Turnover required; GBP800,000 to GBP1,000,000
Annual Contract value; GBP300,000 to GBP400,000 Turnover required;GBP600,000 to GBP800,000
Annual Contract value; GBP200,000 to GBP300,000 Turnover required;GBP400,000 to GBP600,000
Annual Contract value; GBP100,000 to GBP200,000 Turnover required;GBP200,000 to GBP400,000
Annual Contract value; GBP50,000 to GBP100,000 Turnover required; GBP100,000 to GBP200,000
Annual Contract value; GBP25,000 to GBP50,000 Turnover required; GBP50,000 to GBP100,000
Annual Contract value; Up to GBP50,000 Turnover required; GBP100,000
Current ratio requirements;
Annual Contract value; Over GBP500,000; Current Ratio Sought 1.20
Annual Contract value; GBP400,000 to GBP500,000; Current Ratio Sought 1.20
Annual Contract value; GBP300,000 to GBP400,000; Current Ratio Sought 1.15
Annual Contract value; GBP200,000 to GBP300,000; Current Ratio Sought 1.15
Annual Contract value; GBP100,000 to GBP200,000; Current Ratio Sought 1.10
Annual Contract value; GBP50,000 to GBP100,000; Current Ratio Sought 1.10
Annual Contract value; GBP25,000 to GBP50,000; Current Ratio Sought 1.10
Annual Contract value; Up to GBP50,000; Current Ratio Sought 1.10
III.2) Conditions related to the 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.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-019110
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/04/2024
Local time: 14:00
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/04/2024
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.4 (A) - Payment of the Real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the framework agreement (including any agency or sub-contractor staff), at least the Real Living Wage. Where a Tenderer does not commit to pay any staff that at least the Real Living Wage, the Council may exclude the Tenderer from the competition.
Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.4 (B) - Inclusion of prompt payment clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the framework agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties. Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.
Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.7 Lots 3 & 4 Only - Response to climate change emergency - Tenderers are required to provide evidence that their Organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency). Tenderers must complete the Climate Change Plan Template (text should be no smaller than Arial or Calibri Font size 10), to supply information about their organisation’s carbon emissions sources and the steps that their organisation plans to take to reduce your carbon emissions, including any ongoing or completed plans. Responses do not need to include carbon emissions calculations. Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.
Part IV: Selection criteria - D: Quality Assurance - Question 4D.1(A) - Health & Safety Policy - Tendering Organisations with more than 5 employees are required to have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. To demonstrate compliance Tenderers must attach their Health & Safety Policy. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.2 – Disclosure - Staff who deliver services to Children must have PVG clearance. Please refer to https://www.mygov.scot/disclosure -types/ for guidance. Where the Tenderer does not commit to obtaining Disclosure Checks for all relevant staff, the Council will exclude the Tenderer from the competition. Please indicate your organisations’ intention to commit to this requirement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25925. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Further information can be found in the Specifications and Tenderers' Submissions.
(SC Ref:761558)
VI.4) Procedures for review
VI.4.1) Review body
Sherriff Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
26/03/2024