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