Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Dynamic Purchasing System For Passenger Transport Services 2023

  • First published: 10 May 2023
  • Last modified: 10 May 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03b792
Published by:
Aberdeenshire Council
Authority ID:
AA20463
Publication date:
10 May 2023
Deadline date:
30 May 2028
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Registered local bus services operated to a fixed route and timetable. Vehicle specifications are set for each service and these will vary in size from coach to taxi. Fares income and concessionary travel reimbursement is retained by the operator.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Aberdeenshire Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

UK

Telephone: +44 1463702670

E-mail: gordon.duncan@highland.gov.uk

NUTS: UKM50

Internet address(es)

Main address: http://www.aberdeenshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232

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:

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

Dynamic Purchasing System For Passenger Transport Services 2023

Reference number: 000-QUKQ4828

II.1.2) Main CPV code

60000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Aberdeenshire Council have created a Dynamic Purchasing System (DPS) for the procurement of Passenger Transport Services which shall is expire in May 2028

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

Dedicated School Transport, Minimum Cost Combined Local Bus/School Transport and Other Scheduled Education Transport Services

II.2.2) Additional CPV code(s)

60000000

60100000

60112000

60130000

60140000

60170000

60120000

60171000

60172000

II.2.3) Place of performance

NUTS code:

UKM50

II.2.4) Description of the procurement

Mainly dedicated home-to-school transport services, operating on normal schooldays. Vehicle specifications are set for each service and these vary in size ranging from double deck to taxi. A small number of services are registered to carry fare-paying passengers with on-bus revenue and concessionary travel reimbursement income passed to the council.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10

Price / Weighting:  90

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

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 candidates 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

Local Bus Services and Minimum Subsidy Combined Local Bus/School Transport Services

II.2.2) Additional CPV code(s)

60000000

60100000

60112000

60130000

60140000

60170000

60120000

60172000

60171000

II.2.3) Place of performance

NUTS code:

UKM50

II.2.4) Description of the procurement

Registered local bus services operated to a fixed route and timetable. Vehicle specifications are set for each service and these will vary in size from coach to taxi. Fares income and concessionary travel reimbursement is retained by the operator.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

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

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

Demand Responsive Transport Services

II.2.2) Additional CPV code(s)

60000000

60100000

60112000

60130000

60140000

60170000

60171000

60172000

60120000

II.2.3) Place of performance

NUTS code:

UKM50

II.2.4) Description of the procurement

Registered local bus services operated on a demand responsive basis with no fixed route or timetable but instead operating within a pre-defined operating area and between fixed start and end times. Services are usually specified to be operated by taxi or minibus and each service will either operate door-to-door or between bus stops. Passenger journeys are all pre-booked through the Council.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

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

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

Additional Support Needs School Transport Services

II.2.2) Additional CPV code(s)

60000000

60100000

60112000

60130000

60140000

60170000

60120000

60171000

60172000

II.2.3) Place of performance

NUTS code:

UKM50

II.2.4) Description of the procurement

Dedicated home-to-school transport services for children with additional support needs. Vehicle specifications are set for each service and these are usually a minibus or taxi and may require wheelchair access. Passenger assistants, if required, are arranged by the Council and must be picked up before pupils and dropped off afterwards.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10

Price / Weighting:  90

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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: 5

II.2.1) Title

Adult Social Care Transport Services

II.2.2) Additional CPV code(s)

60000000

60100000

60112000

60130000

60140000

60170000

60172000

60120000

60171000

II.2.3) Place of performance

NUTS code:

UKM50

II.2.4) Description of the procurement

Adult social care transport to day centres and other establishments/locations. Vehicle specifications are set for each service and these are usually a taxi or minibus and may require wheelchair access. The days of operation will vary by service.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10

Price / Weighting:  90

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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:

Confirmation that drivers will hold an appropriate valid driver’s licence when undertaking any contracts awarded under the DPS.

Confirmation that vehicles will be insured and taxed as legally required when undertaking any contracts awarded under the DPS.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Employers Liability as required by law for each and every claim

Confirmation that Public Liability Insurance of not less than GDP5m for each and every claim shall be held when undertaking any Contracts awarded under the DPS.

The Council may use an independent credit scoring organisation such as CreditSafe, to conduct appropriate financial probity checks.


Minimum level(s) of standards required:

Employers Liability as required by law for each and every claim

Confirmation that Public Liability Insurance of not less than GDP5m for each and every claim shall be held when undertaking any Contracts awarded under the DPS.

Result of Credit Report: If the Credit Report of any tenderer contains a risk rating between Very High Risk – Moderate Risk, tenderers will be given an opportunity to provide additional information which will be taken into account during the Council’s assessment. Where it is considered that the additional supporting information does not provide evidence to the satisfaction of the Council that risk is mitigated, the supplier may be awarded a mark of fail and subsequently disqualified.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Confirmation that suppliers have experience of operating passenger transport services.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Aberdeenshire Council will measure and review performance for each Contract awarded under the DPS through their Contract Performance Management System (CPMS). This system takes account of Liquidated and Ascertained Damages relating to the operation of Services. Please refer to the Contract documents for more information.

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:

2023/S 000-009396

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 30/05/2028

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 30/05/2028

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: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

This is a Dynamic Purchasing System (DPS) and is the second Notice (unsealed) for this DPS following the closed sealed notice. This notice shall expire in May 2028. If you have tendered for the first notice and are accepted, you will not need to sign up to the DPS again. However if you have come off the DPS or have not been successful or missed the first notice, you will need to reapply following the instructions in this notice.

Competition for individual routes shall be tendered under the DPS from as early as 01 June 2023 until its conclusion in 2028.

Suppliers are free to apply to join the DPS at any point between now and 30 May 2028. Whilst on the DPS, suppliers should ensure that their SPD is kept up to date.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23766. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Not Necessary

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 Council aims to act as a role model within the public sector, by carrying out its activities in a responsible and sustainable manner, considering how it can improve the economic, social and environmental wellbeing of the area. Suppliers are requested to state their approach/policy to the following three values:

- Fair Work Practices,

- Equality,

- Environmental processes.

In addition, for each Contract tendered under the DPS, Suppliers shall be encouraged to demonstrate how they shall assist the Council in its objectives in achieving meaningful environmental, social and economic value through providing Specific community benefit(s).

(SC Ref:730576)

VI.4) Procedures for review

VI.4.1) Review body

Local Sheriff Court

Aberdeen

UK

VI.5) Date of dispatch of this notice

09/05/2023

Coding

Commodity categories

ID Title Parent category
60172000 Hire of buses and coaches with driver Hire of passenger transport vehicles with driver
60171000 Hire of passenger cars with driver Hire of passenger transport vehicles with driver
60170000 Hire of passenger transport vehicles with driver Road transport services
60140000 Non-scheduled passenger transport Road transport services
60112000 Public road transport services Road transport services
60100000 Road transport services Transport services (excl. Waste transport)
60130000 Special-purpose road passenger-transport services Road transport services
60120000 Taxi services Road transport services
60000000 Transport services (excl. Waste transport) Transport and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
gordon.duncan@highland.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.