Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Magna Learning Partnership
c/o Sarum Academy, Westwood Road, Salisbury SP2 9HS
Salisbury
SP2 9HS
UK
Contact person: Claire Anthony
E-mail: canthony@magnalearningpartnership.org.uk
NUTS: UKK1
Internet address(es)
Main address: www.magnalearningpartnership.org.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/educationportal/aspx/Tenders/Current
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/educationportal/aspx/Tenders/Current
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Multi-Academy Trust
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
MLP Home to School Transport Services 2020-23
Reference number: TRA-HSTS
II.1.2) Main CPV code
60140000
II.1.3) Type of contract
Services
II.1.4) Short description
Invitation to tender for home to school transport services for Magna Learning Partnership, based in Salisbury. The contract will initially be for 3 years commencing on 1 September 2020 and will be providing a service for approx. 190 days (term-time). There will be an option of two further 1-year extensions. Based upon current demand, four PSVAR compliant buses are expected to be required to service the contract effectively.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UKK1
Main site or place of performance:
Downton, Salisbury.
II.2.4) Description of the procurement
Contract for the provision of home to school transport services for 3 years from September 2020 for Magna Learning Partnership. The contract relates in particular to the Trafalgar School at Downton, with 4 PSVAR compliant buses and drivers required to supply the service.
II.2.5) Award criteria
Criteria below:
Cost criterion: Commercial assessment
/ Weighting: 60
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility of a 1-year extension for a further 2 years after the end of the contract.
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
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:
A. The supplier is solely responsible for ensuring that they comply with the Mandatory Legislation and Licensing Standards. The supplier shall at its own cost have and keep in force a Public Service Vehicle (PSV) 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 Sections 19 and/or 22 of the Transport Act 1985. The supplier shall, where appropriate, according to the vehicle used, hold a service provider's licence issued by the Driver and Vehicle Standards Agency (DVSA). Private hire vehicles used must operate within the guidelines of the local authority. B. The supplier shall have all the appropriate documents including licences, MOT certificates, insurance, etc. for all vehicles and drivers used for this contract and shall produce the licence or permit for inspection when required to do so by school.
C. The successful bidder is required to ensure consistent staffing on each route, with the exception of holidays, sickness, jury service, etc. Any change to the driving team is to be communicated to the school regardless of the duration of the change.
D. The supplier shall ensure that driving licences are checked every six (6) months to identify any new endorsements that may have been incurred and that these licences are checked directly with the DVLA annually. The supplier shall remove any driver/vehicle immediately from undertaking contract work that does not have the correct licensing or has had their licence evoked/suspended or where the MOT is failed, until this is resolved and notify the school of any occurrence of this nature in writing within 48 hours of the supplier being aware.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
A. The supplier shall provide minibus and coach services for HTST, holding specific licencing, insurances and relevant checks required if transporting children (and vulnerable adults).
B. The supplier shall maintain the security and safety of service users (Pupils) at all times, complying with all seat belt regulations (detailed in 6.2.5).
C. The supplier shall provide Services to all routes and locations which will be specified by the school during the Competition stage.
D. The supplier shall ensure that all vehicles must have a means of communication via a radio/telephone or mobile phone.
E. The supplier shall ensure all drivers carry photo ID (e.g. driver’s license or passport) at all times.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
28/05/2020
Local time: 12:00
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
Tender must be valid until:
09/07/2020
IV.2.7) Conditions for opening of tenders
Date:
28/05/2020
Local time: 12:10
Place:
Tenders will be opened using the in-tend education portal, supplier information will not be available until the appointed opening time and tenders cannot be submitted after this time.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Magna Learning Partnership
c/o Sarum Academy, Westwood Road
Salisbury
SP2 9HS
UK
E-mail: canthony@magnalearningpartnership.org.uk
Internet address(es)
URL: www.magnalearningpartnership.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
30/04/2020