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