Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
UK
Contact person: Sharon Bennett
Telephone: +44 3452777778
E-mail: PLNTransport@angus.gov.uk
NUTS: UKM71
Internet address(es)
Main address: http://www.angus.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.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
Tender for the Supply of Local Bus Services for September 2025
Reference number: AC/25/008/INF
II.1.2) Main CPV code
60112000
II.1.3) Type of contract
Services
II.1.4) Short description
Tenders are being sought for contracted local bus services in Angus. The tender will be divided into a number of lots. Operators may bid for as many of these routes as they wish.
II.1.5) Estimated total value
Value excluding VAT:
450 000.00
GBP
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
25007 Forfar Town Service
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Angus
II.2.4) Description of the procurement
Provision of bus service linking Forfar residents to work, healthcare, shopping and leisure activities
II.2.5) Award criteria
Criteria below:
Quality criterion: Environmental Management
/ Weighting: 3
Quality criterion: Maximisation of Passenger Benefit
/ Weighting: 5
Quality criterion: Fair Working Practices
/ Weighting: 2
Price
/ Weighting:
90
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
13/08/2028
This contract is subject to renewal: Yes
Description of renewals:
Lot may be extended on an annual basis for up to a further 2 years
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:
Yes
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
Only one lot will be awarded from 25007 - 25010
Lot No: 2
II.2.1) Title
25008 Forfar Town Service
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Angus
II.2.4) Description of the procurement
Provision of bus service linking Forfar residents to work, healthcare, shopping and leisure activities
II.2.5) Award criteria
Criteria below:
Quality criterion: Environmental Management
/ Weighting: 3
Quality criterion: Maximisation of Passenger Benefit
/ Weighting: 5
Quality criterion: Fair Working Practices
/ Weighting: 2
Price
/ Weighting:
90
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
13/08/2028
This contract is subject to renewal: Yes
Description of renewals:
Lot may be extended on an annual basis for up to a further 2 years
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:
Yes
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
Only one lot will be awarded from 25007 - 25010
Lot No: 3
II.2.1) Title
25009 Forfar Town Service
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Angus
II.2.4) Description of the procurement
Provision of bus service linking Forfar residents to work, healthcare, shopping and leisure activities
II.2.5) Award criteria
Criteria below:
Quality criterion: Environmental Management
/ Weighting: 3
Quality criterion: Maximisation of Passenger Benefit
/ Weighting: 5
Quality criterion: Fair Working Practices
/ Weighting: 2
Price
/ Weighting:
90
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
13/08/2028
This contract is subject to renewal: Yes
Description of renewals:
Lot may be extended on an annual basis for up to a further 2 years
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:
Yes
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
Only one lot will be awarded from 25007 - 25010
Lot No: 4
II.2.1) Title
25010 Forfar Town Service
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Angus
II.2.4) Description of the procurement
Provision of bus service linking Forfar residents to work, healthcare, shopping and leisure activities
II.2.5) Award criteria
Criteria below:
Quality criterion: Environmental Management
/ Weighting: 3
Quality criterion: Maximisation of Passenger Benefit
/ Weighting: 5
Quality criterion: Fair Working Practices
/ Weighting: 2
Price
/ Weighting:
90
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
13/08/2028
This contract is subject to renewal: Yes
Description of renewals:
Lot may be extended on an annual basis for up to a further 2 years
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:
Yes
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
Only one lot will be awarded from 25007 - 25010
Lot No: 5
II.2.1) Title
25011 Forfar - Noranside - Forfar
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Angus
II.2.4) Description of the procurement
Provision of lifeline bus service linking rural areas to Forfar three days per week
II.2.5) Award criteria
Criteria below:
Quality criterion: Environmental Management
/ Weighting: 3
Quality criterion: Maximisation of Passenger Benefit
/ Weighting: 5
Quality criterion: Fair Working Practices
/ Weighting: 2
Price
/ Weighting:
90
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
13/08/2028
This contract is subject to renewal: Yes
Description of renewals:
Lot may be extended on an annual basis for up to a further 2 years
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:
Yes
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
Only one lot will be awarded from 25011 - 25012
Lot No: 6
II.2.1) Title
25012 Forfar - Noranside - Forfar
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Angus
II.2.4) Description of the procurement
Provision of lifeline bus service linking rural areas to Forfar three days per week
II.2.5) Award criteria
Criteria below:
Quality criterion: Environmental Management
/ Weighting: 3
Quality criterion: Maximisation of Passenger Benefit
/ Weighting: 5
Quality criterion: Fair Working Practices
/ Weighting: 2
Price
/ Weighting:
90
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
13/08/2028
This contract is subject to renewal: Yes
Description of renewals:
Lot may be extended on an annual basis for up to a further 2 years
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:
Yes
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
Only one lot will be awarded from 25011 - 25012
Lot No: 7
II.2.1) Title
25013 Kirriemuir - Cortachy - Dykehead - Kirriemuir
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Angus
II.2.4) Description of the procurement
Provision of lifeline bus service linking rural areas to Kirriemuir two days per week
II.2.5) Award criteria
Criteria below:
Quality criterion: Environmental Management
/ Weighting: 3
Quality criterion: Maximisation of Passenger Benefit
/ Weighting: 5
Quality criterion: Fair Work Practices
/ Weighting: 2
Price
/ Weighting:
90
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
13/08/2028
This contract is subject to renewal: Yes
Description of renewals:
Lot may be extended on an annual basis for up to a further 2 years
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:
Yes
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
Only one lot will be awarded from 25013 - 25014
Lot No: 8
II.2.1) Title
25014 Kirriemuir - Cortachy - Dykehead - Kirriemuir
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Angus
II.2.4) Description of the procurement
Provision of lifeline bus service linking rural areas to Kirriemuir two days per week
II.2.5) Award criteria
Criteria below:
Quality criterion: Environmental Management
/ Weighting: 3
Quality criterion: Maximisation of Passenger Benefit
/ Weighting: 5
Quality criterion: Fair Working Practices
/ Weighting: 2
Price
/ Weighting:
90
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
13/08/2028
This contract is subject to renewal: Yes
Description of renewals:
Lot may be extended on an annual basis for up to a further 2 years
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:
Yes
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
Only one lot will be awarded from 25013 - 25014
Lot No: 9
II.2.1) Title
25015 DRT in Rural Areas West of A90 to Kirriemuir, Forfar and Brechin
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Angus
II.2.4) Description of the procurement
Demand responsive service to operate from the A90 westward and to/from Brechin, Forfar and Kirriemuir.
II.2.5) Award criteria
Criteria below:
Quality criterion: Environmental Management
/ Weighting: 3
Quality criterion: Maximisation of Passenger Benefit
/ Weighting: 5
Quality criterion: Fair Working Practices
/ Weighting: 2
Price
/ Weighting:
90
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
13/08/2028
This contract is subject to renewal: Yes
Description of renewals:
Lot may be extended on an annual basis for up to a further 2 years
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:
Yes
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
25015 may be awarded in lieu of either 25011 OR 25012 AND 25013 OR 25014
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:
Part IV, A: Operators are required to have a PSV Operators Licence/Special Restricted Licence Number (PM Number) at the time of submitting their tender.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Must meet Angus Council's Insurance Requirements
Minimum level(s) of standards required:
It is a requirement that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance detailed below:
Employers Liability Insurance to the extent of at least GBP10m per claim and unlimited in total.
Public Liability Insurance to the extent of at least GBP5m per claim and unlimited in total.
Motor Insurance - minimum indemnity limits: for the loss of life or personal injury unlimited; for damage to property GBP10m per claim and unlimited in total.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bus company bidders must declare that they have passed the financial standing test of the Traffic Commissioner and have a PSV Operator Licence/Special Restricted Licence.
Minimum level(s) of standards required:
Provide PSV Operator Licence/Special Restricted Licence Number.
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:
Holders of PSV Operators Licence/Special Restricted Licence
III.2.2) Contract performance conditions
See conditions of contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.6) Information about electronic auction
An electronic auction will be used
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:
16/06/2025
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/06/2025
Local time: 12:00
Place:
Angus House, Sylvie Way, Orchardbank Business Park, Forfar DD8 1AN
Information about authorised persons and opening procedure:
Authorised officers of Angus Council
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
January 2026
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=476904.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause in this contract.
(SC Ref:476904)
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=606446.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:606446)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=606446
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=798533.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:798533)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=798533
VI.4) Procedures for review
VI.4.1) Review body
Forfar Sheriff Court
Sheriff Court House, Market Street
Forfar
DD8 3LA
UK
Telephone: +44 1307462186
E-mail: forfar@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
15/05/2025