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 Award Notice

Schools Bus Franchises Tranche 2

  • First published: 26 November 2023
  • Last modified: 26 November 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 November 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

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 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

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.