Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
UK
Contact person: Sarah Cutler
Telephone: +44 3451550000
E-mail: sarah.cutler@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.1) Name and addresses
Fife College
Pittsburgh Road
Dunfermline
KY11 8DY
UK
Telephone: +44 1383845116
E-mail: procurement@fife.ac.uk
NUTS: UKM72
Internet address(es)
Main address: http://fife.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10523
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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
Dynamic Purchasing System (DPS) for Education Taxis and Minibuses
Reference number: 12331
II.1.2) Main CPV code
60112000
II.1.3) Type of contract
Services
II.1.4) Short description
Fife Council and Fife College have established a Dynamic Purchasing System (DPS) for the supply of transport services principally for the conveyance of children and young people to schools and other educational establishments. The DPS may also be used to provide replacement transport services where roadworks prevent a local bus service from serving its normal route and for the provision of other transport services, including the transport of school meals.
Contracts operated through this DPS can generally be undertaken by taxis, private hire cars and minibuses, including the requirement for some of these vehicles to be capable of carrying passengers in wheelchairs. All journeys required will be organised, booked and managed by Fife Council or Fife College staff.
Contracts under the DPS will be awarded following mini competitions.
II.1.5) Estimated total value
Value excluding VAT:
32 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60112000
60140000
60170000
60120000
60171000
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife.
II.2.4) Description of the procurement
Fife Council and Fife College have established a Dynamic Purchasing System (DPS) for the supply of transport services principally for the conveyance of children and young people to schools and other educational establishments. The DPS 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, such as the transport of school meals.
Contracts operated through this DPS can generally be undertaken by taxis, private hire cars and minibuses, including the requirement for some of these vehicles to be capable of carrying passengers in wheelchairs. All journeys required will be organised, booked and managed by Fife Council and Fife College staff.
Contracts will be awarded following mini competitions.
Operators applying for this DPS should note that in some circumstances there will not be a minimum of 10 days given to respond to mini-competitions for ad-hoc hires.
Services will be provided mainly in Fife but some contracts may extend into other areas.
Operators may apply to join the DPS at any time during its anticipated 8-year lifetime.
It is anticipated that price will be the key award criteria. All weightings and quality criteria will be stated in the tender documents for each mini competition. Quality criteria may include but shall not be limited to: availability, location of requirement, complaint handling, change management, communication, management of issues.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 98
This contract is subject to renewal: Yes
Description of renewals:
Whilst it is not anticipated the period of the DPS will be extended, contracts awarded under it may be extended and may run beyond the original period of the DPS.
Any future DPS requirement is likely to be advertised prior to the end date of this DPS.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 150
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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:
Tenderer(s) not in possession of one of the specified licences will not be given any further consideration.
The tenderer must be any of the following:
(i) the holder of a current public service vehicle (PSV) operator’s licence; or
(ii) a taxi or private hire car (PHC) operator licensed under the Civic Government (Scotland) Act 1982.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
4B.5.1 and 2 — It is a requirement that the operator holds or can commit to obtain prior to the commencement of any contract, the minimum levels of insurance stated below.
Minimum level(s) of standards required:
4B.5.1 and 2
Employer's (Compulsory) liability insurance = 10 million GBP
Public liability = 5 million GBP
Operators are required to have appropriate vehicle/fleet insurance.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Vehicle details form to be completed.
Minimum level(s) of standards required:
Vehicle plate names to demonstrate compliance with criteria III.1.1) and III.2.1).
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:
The tenderer must be any of the following:
(i) the holder of a current public service vehicle (PSV) operator’s licence; or
(ii) a taxi or private hire car (PHC) operator licensed under the Civic Government (Scotland) Act 1982.
III.2.2) Contract performance conditions
See applicable conditions of contract.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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:
2020/S 053-127316
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/04/2028
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
13/04/2028
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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 continuing requirements for these services. It is anticipated any further notice would be published approximately 6 months in advance of the DPS end date.
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
Mini competitions will be run under the DPS throughout its lifetime. The bulk of the mini competitions will take place during the months May to July each year but there will be some requirements outwith those times. It may not always be possible to give 10 days to respond to a mini competition.
Subcontracting is only permissible in the limited and specific circumstances set out in the applicable conditions of contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 16229. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The contracting authority does not intend to include a subcontract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Sub contracting is only allowed in limited circumstances to other operators on the DPS. See the applicable terms and conditions of contract for full details.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Operators reaching a certain overall threshold of spend with the Council may be required to provide community benefits. Information will be included in invitation to tender documents where applicable.
(SC Ref:619819)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Kirkcaldy
UK
VI.5) Date of dispatch of this notice
25/05/2020