Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Greater Manchester Combined Authority
Tootal Buildings, 56 Oxford Road
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.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public 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
Page 4 to 22
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
II.1.7) Total value of the procurement
Value excluding VAT:
9 870 383.00
GBP
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:
UKD
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
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social Value
/ Weighting: 5
Quality criterion: Price
/ Weighting: 40
Price
/ Weighting:
40
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:
UKD
II.2.4) Description of the procurement
Lot 2 is referred to as “Package B - Newman College”. Within the package there is a Peak
Page 7 to 22 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
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social value
/ Weighting: 5
Quality criterion: Price
/ Weighting: 40
Price
/ Weighting:
40
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:
UKD
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
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social value
/ Weighting: 5
Quality criterion: Price
/ Weighting: 40
Price
/ Weighting:
40
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:
UKD
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
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social value
/ Weighting: 5
Quality criterion: Price
/ Weighting: 40
Price
/ Weighting:
40
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:
UKD
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
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social Value
/ Weighting: 5
Quality criterion: Price
/ Weighting: 40
Price
/ Weighting:
40
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)
60112000
II.2.3) Place of performance
NUTS code:
UKD
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
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social Value
/ Weighting: 5
Quality criterion: Price
/ Weighting: 40
Price
/ Weighting:
40
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:
UKD
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
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social Value
/ Weighting: 5
Quality criterion: Price
/ Weighting: 40
Price
/ Weighting:
40
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:
UKD
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
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social Value
/ Weighting: 5
Quality criterion: Price
/ Weighting: 40
Price
/ Weighting:
40
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)
60100000
II.2.3) Place of performance
NUTS code:
UKD
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
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social Value
/ Weighting: 5
Quality criterion: Price
/ Weighting: 40
Price
/ Weighting:
40
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-014997
Section V: Award of contract
Lot No: 1
Contract No: DN670932
Title: Package A - St Monica's
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2023
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
First Manchester Ltd
Wallshaw Street
OLDHAM
OL1 3TR
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 662 167.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: DN670932
Title: Package B - Newman College
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Go North West Limited
3rd Floor 41-51, Grey Street
Newcastle Upon Tyne
NE1 6EE
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 696 063.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: DN670932
Title: Package C - Blue Coat/Crompton House
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Go North West Limited
3rd Floor 41-51, Grey Street
Newcastle Upon Tyne
NE1 6EE
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 213 913.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Contract No: DN670932
Title: Package D - Co-op Academy North
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
First Manchester Ltd
Wallshaw Street
OLDHAM
OL1 3TR
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 321 042.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Contract No: DN670932
Title: Package E - Tottington
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2023
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Go North West Limited
3rd Floor 41-51, Grey Street
Newcastle Upon Tyne
NE1 6EE
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 263 965.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Contract No: DN670932
Title: Package F - St Cuthbert's/Saddleworth
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
First Manchester Ltd
Wallshaw Street
OLDHAM
OL1 3TR
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 646 314.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Contract No: DN670932
Title: Package G - Waterhead
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
First Manchester Ltd
Wallshaw Street
OLDHAM
OL1 3TR
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 661 596.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 8
Contract No: DN670932
Title: Package H - Co-op Academy
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
First Manchester Ltd
Wallshaw Street
OLDHAM
OL1 3TR
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 202 552.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 9
Contract No: DN670932
Title: Package I - St Matthew's
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
First Manchester Ltd
Wallshaw Street
OLDHAM
OL1 3TR
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 202 766.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Greater Manchester Combined Authority
Manchester
UK
VI.4.2) Body responsible for mediation procedures
Greater Manchester Combined Authority
Manchester
UK
VI.5) Date of dispatch of this notice
24/11/2023