Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  South Lanarkshire Council
  Council Headquarters, Almada Street,
  Hamilton
  ML3 0AA
  UK
  
            Contact person: Louise McNaught
  
            Telephone: +44 1698454353
  
            E-mail: louise.mcnaught@southlanarkshire.gov.uk
  
            NUTS: UKM95
  Internet address(es)
  
              Main address: http://www.southlanarkshire.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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/esop/pts-host/public/pts/web/login.html
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 Services DPS
            Reference number: SLC/ED/23/019
  II.1.2) Main CPV code
  60120000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The Council is obligated under Section 51 of the Education (Scotland) Act 1980 (as amended) and the Education Additional Support for Learning Act (Scotland) 2004 to make such arrangements as considered necessary for the provision of School Transport for pupils residing in the Education Authority area to facilitate attendance at designated establishments/schools. The Council also wishes to incorporate other general taxi requirements under the same contractual umbrella, including but not limited to those for Social Work Resources and Employability.
  In this regard, Education and Social Work Resources require to let contract(s) for transportation of service users to identified establishments. These services are being procured in accordance with the EU Regulations, and the Council's Standing Orders on Contracts.
  There is no intention to limit the number of service providers on the DPS. In initial stage, all service providers that meet the selection criteria and are not excluded will be admitted to the DPS. The DPS will remain open to new applicants during it’s period of validity.
  II.1.5) Estimated total value
  Value excluding VAT: 
			99 531 097.00 
			  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
    Standard transport requirements for children and protected adults
    II.2.2) Additional CPV code(s)
    60120000
    II.2.3) Place of performance
    NUTS code:
    UKM95
    II.2.4) Description of the procurement
    This includes the transport of children and protected adults with additional support needs including autistic spectrum conditions and / or medical requirements and the transport of children as required by the Council’s Family, Children and Adult Services within Social Work Resources as well as mainstream inter-school transfers where required.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 10-30
    
                    Price
                    
                      / Weighting: 
                      70-90
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The DPS is for 5 years with SLC option to extend by 3 + 2 years at the discretion of SLC subject to satisfactory performance, financial standing and availability of funding
    II.2.9) Information about the limits on the number of candidates to be invited
    
          Envisaged minimum number: 5
    Objective criteria for choosing the limited number of candidates:
    There is no limit to the number of Contractors that will be appointed to the DPS.
    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
    This procurement will be run as a Dynamic Purchasing System, which will remain open to new entrants for the full term. All future contract opportunities will be issued as fully electronic mini-competitions within the Lots on the DPS.
   
  
          Lot No: 2
  
    II.2.1) Title
    Standard transport requirements for children and protected adults
    II.2.2) Additional CPV code(s)
    60120000
    II.2.3) Place of performance
    NUTS code:
    UKM95
    II.2.4) Description of the procurement
    This includes the transport of children and protected adults with complex additional support needs including social, emotional, behavioural and autistic spectrum conditions.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 10-30
    
                    Price
                    
                      / Weighting: 
                      70-90
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    This DPS is for 5 years with SLC option to extend by 3 + 2 years at the discretion of SLC subject to satisfactory performance, financial standing and availability of funding
    II.2.9) Information about the limits on the number of candidates to be invited
    
          Envisaged minimum number: 5
    Objective criteria for choosing the limited number of candidates:
    There is no limit to the number of Contractors that will be appointed to the DPS
    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
    This procurement will be run as a Dynamic Purchasing System, which will remain open to new entrants for the full term. All future contract opportunities will be issued as fully electronic mini-competitions within the Lots on the DPS.
   
  
          Lot No: 3
  
    II.2.1) Title
    Transport for children/protected adults with complex medical needs
    II.2.2) Additional CPV code(s)
    60120000
    II.2.3) Place of performance
    NUTS code:
    UKM95
    II.2.4) Description of the procurement
    This includes the transport of children and protected adults with complex medical conditions and may require the driver and passenger assistant to attend specialised NHS Lanarkshire training specific to the passenger’s medical condition. Providers may also be required to procure specialist insurance depending on the complexity of the medical condition.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 10-30
    
                    Price
                    
                      / Weighting: 
                      70-90
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    This DPS is for 5 years with SLC option to extend by 3 + 2 years at the discretion of SLC subject to satisfactory performance, financial standing and availability of funding.
    II.2.9) Information about the limits on the number of candidates to be invited
    
          Envisaged minimum number: 5
    Objective criteria for choosing the limited number of candidates:
    There is no limit to the number of Contractors that will be appointed to the DPS.
    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
    This procurement will be run as a Dynamic Purchasing System, which will remain open to new entrants for the full term. All future contract opportunities will be issued as fully electronic mini-competitions within the Lots on the DPS.
   
 
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:
  SPD Question 2.C.1 Reliance on the capacities of other entities
  Applicants are required to complete a full SPD for each of the entities whose capacity they rely upon.
  SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely
  Applicants are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the applicant does not rely on.
  Exclusion Criteria
  Economic operators may be excluded from this procurement if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
  SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds an application will be excluded where the applicant fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds an application may be excluded where the applicant fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.
  SPD Questions 3A.1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol
  It is a requirement of this tender that the bidder recommended for appointment completes and submits, when requested to by the Council, the Serious and Organised Crime – Information Sharing Protocol form.
  SPD Question 4A.1 Trade Registers
  It is a requirement of this DPS that if the applicant is UK based they must hold a valid registration with Companies House. Where the applicant is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the applicant is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
  SPD Question 4A.2 Authorisation/Membership
  Where it is required, within an applicant’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
  All those delivering the services under this DPS must hold the licences or permits appropriate to the types and seating capacity of the vehicles being used by them. Namely;
  - A valid UK driving licence appropriate to the type of vehicle being driven
  - A PSV operators licence; or
  - A Taxi Operator or Private Hire Car Operator Licence
  - a Taxi Driver or Private Hire Car Driver Licence
  Applicants must confirm if they hold the particular authorisation or memberships.
  III.1.2) Economic and financial standing
  Minimum level(s) of standards required:
  SPD Question 4B.5 Insurance
  The applicant must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:
  Q 4B.5.1b Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims.
  Q 4B.5.2 Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.
  For Q 4B.5.2 Please answer for Public Liability Insurance detailed above.
  Other Insurance:
  Type: Motor Vehicle Insurance including cover for Hire and Reward
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  SPD Question 4C.1.2 Technical and Professional Ability
  With reference to the nature and details of the services to be supplied under the DPS Lots, 3 relevant examples, of a similar size and nature, are to be provided of the services delivered by the applicant.
  If multiple Lots are being applied for, please provide 3 examples of experience for each Lot being applied for.
Minimum level(s) of standards required:
  SPD Question 4C.6 Technical and Professional Ability (Qualifications)
  It is a mandatory requirement of this tender that the bidders, including drivers and passenger assistants recommended for appointment holds the appropriate Disclosure/PVG scheme records relevant to the types of regulated work for children and/or protected adults being carried out by them under the DPS.
  SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting)
  Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  Please refer to the Performance Appraisal document within the PQQ.
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Restricted procedure
                        
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  
                      The procurement involves the setting up of a dynamic purchasing system
                    
  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:
  2024/S 000-036447
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              10/03/2025
  
                Local time: 12:00
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              28/03/2025
  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: 6 (from the date stated for receipt of tender)
              
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
This DPS is for 5 years with SLC option to extend by 3 + 2 years at the discretion of SLC subject to satisfactory performance, financial standing and availability of funding.
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
Declarations and Certificates
The applicants recommended to join the DPS will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.
SPD Question 2D.1 Prompt Payment Certificate
SPD Question 3D.3 Human Rights Act Declaration
SPD Question 3D.11 Non-Collusion Certificate
SPD Question 4B.5.1 Insurance Certificates
SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration
SPD Questions 3A1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol with Police Scotland Form
SPD Question 4C.6 Protection of Vulnerable Groups (Scotland) Act Declaration
SPD Question 3A.6 Modern Slavery Act 2015 Declaration
Declaration Section Signatory Page
SPD Questions 3A.1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol
It is a requirement of this tender that the bidder recommended for appointment completes and submits, when requested to by the Council, the Serious and Organised Crime – Information Sharing Protocol form.
Financial Status of Applicants
The Council may, at any time during the life of the DPS request financial accounts from Applicants appointed to the DPS to review their financial standing as set out Attachment 4 DPS Agreement Passenger Transport Services.
To allow the Council to review an Applicant’s financial standing, Applicants should submit the relevant documents outlined in: 1. Historical Financial Position and 2. Current /future cash flow position. These documents should be uploaded within the General Attachments area of PCS-T.
The Council will use the following ratios to evaluate appointed Applicants’ financial status:
1 Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
2 Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio;
3 Gearing – this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Applicants must provide the name and value of the 3 ratios within Attachment 11 entitled Financial Ratio Calculation. This document should be uploaded within the General Attachments area of PCS-T.
Where 2 out of the 3 ratios cannot be met, the Council may when assessing financial viability and the risk to the Council take account of mitigating factors proposed by an appointed Applicant provided that the appointed Applicant can substantiate any of the proposed mitigating factors. Appointed Applicants are asked to submit a range of evidence. This information will be used to assess appointed applicants’ financial capability.
The evidence will cover:
1. Historical financial position; and
2.Current /future cash flow position
Further information on the financial documentation an applicant must submit can be found in Attachment 3 entitled Financial Status of Applicants within the General Attachments area of PCS-T.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6557. 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
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
No Community Benefits required at appointment to DPS stage.
(SC Ref:790067)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Hamilton Sheriff Court
    Sheriff Court House, 4 Beckford Street
    Hamilton
    ML3 0BT
    UK
    
            Telephone: +44 1698282957
    
            E-mail: hamiltoncivil@scotcourts.gov.uk
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  Please note, the alternative review body to the local Sheriff Court detailed in VI.4.1 is:
  Court of Session
  Parliament House
  Parliament Square
  Edinburgh
  EH1 1RQ
  +44 1312252595
  supreme.courts@scotcourts.gov.uk
 
VI.5) Date of dispatch of this notice
07/02/2025