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

Schools Bus Franchises Tranche 2

  • First published: 26 May 2023
  • Last modified: 26 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-03cf8e
Published by:
Greater Manchester Combined Authority
Authority ID:
AA52094
Publication date:
26 May 2023
Deadline date:
26 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Lot 1 is referred to as “Package A - St Monica's”. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Greater Manchester Combined Authority

Tootal Buildings, 56 Oxford Street

Manchester

M1 6EU

UK

Contact person: Ms Ioana Maier

Telephone: +44 1612440846

E-mail: ioana.maier@tfgm.com

NUTS: UKD3

Internet address(es)

Main address: http://www.tfgm.com

Address of the buyer profile: http://www.tfgm.com

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/SupplierRegistration/Register


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/SupplierRegistration/Register


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Schools Bus services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Schools Bus Franchises Tranche 2

Reference number: DN670932

II.1.2) Main CPV code

60112000

 

II.1.3) Type of contract

Services

II.1.4) Short description

In accordance with the provisions of the Transport Act 2000 (as amended by the Bus Services Act 2017) and having followed the legislative procedure set out within the same, the Mayor of Greater Manchester decided on 25th March 2021 to introduce a bus franchising scheme for the entire Greater Manchester Combined Authority ('GMCA') area. As the executive body with responsibility for various transport functions on behalf of the GMCA, TfGM is responsible for various functions associated with the implementation and operation of the franchising scheme, including but not limited to undertaking and managing the procurement process for the school service franchises. The GMCA will be the contracting entity and the bus franchising scheme will be overseen and managed by Transport for Greater Manchester ('TfGM'), including the procurement of Schools Bus Franchises services, on behalf of the GMCA. The procurement of Schools Bus Franchises packages will take place in three tranches which will align with the three franchises in which Large and Small franchises are being procured. These franchises will not all be introduced simultaneously, due to various transitional and implementation issues that will need to be addressed. The School Bus Franchises will be tendered in three Franchise Tranches determined by geographical area, as follows:

(i) The first Schools Franchise Tranche (broadly covering Bolton, Salford and Wigan), is expected to contain 23 schools only franchises;

(ii) The second Schools Franchise Tranche (broadly covering Bury, Rochdale, North Manchester and Oldham) is expected to contain 9 schools only franchises; and

(iii) The third Schools Franchise Tranche (broadly covering Tameside, Stockport, South Manchester and Trafford) is expected to contain around 25 schools only franchises.

TfGM and GMCA require school services to commence on the Franchise Scheme Commencement Date (as defined in the Schools Bus Franchise Agreement) which is before the point at which the services under this contract can be operated pursuant to a local services contract pursuant to s.123K(4) of the Transport Act 2000. Due to this, the successful Tenderer for each Lot will contract with TfGM under TfGM’s delegated powers under section 9A of the Transport Act 1968 (and the Manchester City Council Report for Resolution following the Greater Manchester Combined Authority (Functions and Amendments) Order 2019 No. 793) and sections 89-92 of the Transport Act 1985 as a secured service contract for the period from the date that the Schools Bus Franchise Agreement is entered into following contract award until the end of the period which is 9 months after the contract is entered into. GMCA intends to issue service permits for such school services to the extent required to operate such school services within the area of the Franchising Scheme prior to the Franchise Scheme Commencement Date.

Schools Bus Franchises Key Principles

The key elements of the commercial approach to franchising in Greater Manchester are summarised below. Further detail can be found in the ITT document, which can be found on the Pro-Contract ETendering portal: https://procontract.due north.com

Depots: Operators will be required to provide their own depot facilities.

Intelligent Transport Systems (ITS): TfGM will procure contracts for the supply and maintenance of some aspects of the required ITS solution (such as vehicle location, ticketing and driver communications systems) to ensure a standardised approach.

The scope of this procurement is to procure contracts under each of the 9 lots (each of which relates to a franchise school package in Tranche 2) based on the schools served, ranging in size from 1 to 7 Peak Vehicle Requirement (PVR).

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

Package A - St Monica's

II.2.2) Additional CPV code(s)

34120000

60112000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Lot 1 is referred to as “Package A - St Monica's”. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 807 657.00  GBP

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

Duration in months: 65

This contract is subject to renewal: Yes

Description of renewals:

The agreement includes two options to extend, each for a further 12 months.

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

Lot No: 2

II.2.1) Title

Package B - Newman College

II.2.2) Additional CPV code(s)

34120000

60112000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Lot 2 is referred to as “Package B - Newman College”. Within the package there is a Peak Vehicle requirement of 7 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 826 801.00  GBP

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

Duration in months: 65

This contract is subject to renewal: Yes

Description of renewals:

The agreement includes two options to extend, each for a further 12 months.

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

Lot No: 3

II.2.1) Title

Package C - Blue Coat / Crompton House

II.2.2) Additional CPV code(s)

34120000

60112000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Lot 3 is referred to as “Package C - Blue Coat/Crompton House”. Within the package there is a Peak Vehicle requirement of 5 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 019 143.00  GBP

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

Duration in months: 65

This contract is subject to renewal: Yes

Description of renewals:

The agreement includes two options to extend, each for a further 12 months.

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

Lot No: 4

II.2.1) Title

Package D - Co-op Academy North

II.2.2) Additional CPV code(s)

34120000

60112000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Lot 4 is referred to as “Package D - Co-op Academy North”. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 403 828.00  GBP

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

Duration in months: 65

This contract is subject to renewal: Yes

Description of renewals:

The agreement includes two options to extend, each for a further 12 months.

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

Lot No: 5

II.2.1) Title

Package E - Tottington

II.2.2) Additional CPV code(s)

34120000

60112000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Lot 5 is referred to as “Package E - Tottington”. Within the package there is a Peak Vehicle requirement of 6 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 422 972.00  GBP

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

Duration in months: 65

This contract is subject to renewal: Yes

Description of renewals:

The agreement includes two options to extend, each for a further 12 months.

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

Lot No: 6

II.2.1) Title

Package F - St Cuthbert's / Saddleworth

II.2.2) Additional CPV code(s)

34120000

60100000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Lot 6 is referred to as “Package F – St Cuthbert's/Saddleworth”. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 807 657.00  GBP

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

Duration in months: 65

This contract is subject to renewal: Yes

Description of renewals:

The agreement includes two options to extend, each for a further 12 months.

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

Lot No: 7

II.2.1) Title

Package G - Waterhead

II.2.2) Additional CPV code(s)

34120000

60112000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Lot 7 is referred to as “Package G - Waterhead”. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 807 657.00  GBP

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

Duration in months: 65

This contract is subject to renewal: Yes

Description of renewals:

The agreement includes two options to extend, each for a further 12 months.

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

Lot No: 8

II.2.1) Title

Package H - Co-op Academy

II.2.2) Additional CPV code(s)

34120000

60112000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Lot 8 is referred to as “Package H - Co-op Academy”. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using a TfGM owned vehicle. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 403 828.00  GBP

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

Duration in months: 65

This contract is subject to renewal: Yes

Description of renewals:

The agreement includes two options to extend, each for a further 12 months.

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

Lot No: 9

II.2.1) Title

Package I - St Matthew's

II.2.2) Additional CPV code(s)

34120000

60100000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Lot 9 is referred to as “Package I - St Matthew's”. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using a TfGM owned vehicle. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial terms plus renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 403 828.00  GBP

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

Duration in months: 65

This contract is subject to renewal: Yes

Description of renewals:

The agreement includes two options to extend, each for a further 12 months.

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

Transport for Greater Manchester's particular conditions are set out in the tender

documentation made available via Pro-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

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: 26/06/2023

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

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 26/06/2023

Local time: 12:00

Information about authorised persons and opening procedure:

TfGM's authorised person will remove the seal of the tenders.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

• Please note the return date and time – 26/6/20223 at 12 Noon is the final date for

submission of the completed ITT,

• This Procurement process will be conducted through the ProContract e-tendering portal

and any submission made outside of this portal will be disqualified,

• All communications, including tender submission must be written in English,

• Nothing in this procurement process is intended to form any express or implied contractual

relationship between parties unless and until the award of a contract is concluded,

• Any contract entered into as a result of this procurement will be considered to be a

contract governed by English Law and subject to the exclusive jurisdiction of the Courts of

England and Wales,

• TfGM is not liable for any costs, fees or expenses (including third party costs, fees or

expenses) incurred by those expressing an interest in, negotiating or tendering for this

contract opportunity,

• TfGM reserves the right to terminate this procurement process or to amend or vary the

process at any time prior to the conclusion of the award of contract without liability to any

party.

VI.4) Procedures for review

VI.4.1) Review body

Transport for Greater Manchester

Manchester

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

TfGM will incorporate a minimum 10 calendar day standstill period at the point information

on the award of the contract is communicated to tenderers. This period allows unsuccessful

tenderers to receive further debriefing from the contracting authority before the contract is

entered into. Applicants who are unsuccessful shall be informed by TfGM as soon as possible

after the decision has been made as to the reasons why the applicant was unsuccessful.

Should additional information be required it should be requested of the addressee in section

I.1.

If an appeal regarding the award of the contract has not been successfully resolved, Utilities

Contract Regulations 2016 provide for aggrieved parties who have been harmed or are at risk

of harm by breach of the rules to take action in the High Court. Any such action must be

brought promptly (generally within 30 days). If a declaration of ineffectiveness is sought, any

such action must be brought within 30 days where TfGM has communicated the award of the

contract and a summary of reasons to tenderers, or otherwise within 6 months. Where a

contract has not been entered into, the Court may order the setting aside of the award

decision or order the authority to amend any document and may award damages. If the

contract has been entered into the Court may, depending on the circumstances, award

damages, make a declaration of ineffectiveness, order TfGM to pay a fine, and/or order that

the duration of the contract be shortened. The purpose of the standstill period referred to

above is to allow the parties to apply to the Courts to set aside the award decision before the

contract is entered into.

VI.5) Date of dispatch of this notice

25/05/2023

Coding

Commodity categories

ID Title Parent category
34120000 Motor vehicles for the transport of 10 or more persons Motor vehicles
60112000 Public road transport services Road transport services
60100000 Road transport services Transport services (excl. Waste transport)

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:
ioana.maier@tfgm.com
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.