Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Kent
XN5452
The Registry
Canterbury, Kent
CT2 7NZ
UK
Contact person: Max Hubbard
E-mail: m.hubbard@kent.ac.uk
NUTS: UKJ4
Internet address(es)
Main address: https://www.kent.ac.uk/finance/procurement.html
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/97209
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73653&B=UNIVERSITYKENT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73653&B=UNIVERSITYKENT
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Campus Shuttle Bus Service
Reference number: MH23_001
II.1.2) Main CPV code
60172000
II.1.3) Type of contract
Services
II.1.4) Short description
The main purpose of this Contract is for the provision of a shuttle bus service operating between the University’s two main campuses that are Canterbury and Medway.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60000000
60100000
60130000
60172000
II.2.3) Place of performance
NUTS code:
UKJ4
II.2.4) Description of the procurement
The main purpose of this Contract is for the provision of a shuttle bus service operating between the University’s two main campuses that are Canterbury and Medway.
This service operates during the academic term times and is for the students and staff of the University of Kent.
This service provision may be extended to other partnering Universities in the future, in the Canterbury and Medway geographical area (subject to further discussion and negotiation with the successful Contractor).
The Service Provider must hold a valid Public Service Operators Licence and provide suitable coaches with competent and trained drivers to operate this service.
The Service shall consist of suitably sized coaches to run concurrently from each campus daily operating a day, evening and weekend service accommodating the booking demands for every journey. (The present service consists of two 29 seater coaches and a 52 seater operating as and when the demand requires).
The Service Provider is expected to be proactive in monitoring the demand times and to be flexible in the supply of service by accommodating the peak demand times with a larger vehicle when necessary.
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:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
15/01/2024
End:
19/06/2026
This contract is subject to renewal: Yes
Description of renewals:
The contract will commence on the 15/01/2024 and run for a period of three (3) years until 19/06/2026 which will be agreed on an annual basis in 12 month instalments (1+1+1+1+1).
The University reserves the right to extend the contract for two additional years at the end of the original contract period, which will be agreed annually in 12 month instalments.
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
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:
15/11/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
15/11/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address(es)
URL: http://www.cedr.com
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address(es)
URL: http://www.cedr.com
VI.4.4) Service from which information about the review procedure may be obtained
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address(es)
URL: http://www.cedr.com
VI.5) Date of dispatch of this notice
16/10/2023