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

Tender for the Supply of Local Bus Services for September 2025

  • First published: 19 May 2025
  • Last modified: 19 May 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0514e9
Published by:
Angus Council
Authority ID:
AA21007
Publication date:
19 May 2025
Deadline date:
16 June 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
60112000 Public road transport services Road transport 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:
PLNTransport@angus.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.