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

Framework Agreement for Ad-Hoc Minibus and Coach Hire

  • First published: 31 October 2025
  • Last modified: 31 October 2025
  • Record interest

     

  • 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)

Contents

Summary

OCID:
ocds-h6vhtk-059ceb
Published by:
North Lanarkshire Council
Authority ID:
AA20183
Publication date:
31 October 2025
Deadline date:
03 December 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

North Lanarkshire Council (the “Council”) requires the provision of passenger transport services to supplement its existing arrangements managed by Strathclyde Passenger Transport (SPT) for school pupil transport (drop-offs and pickups before and after the school day), and transport for pupils with Additional Support Needs (ASN).

To enable the delivery of critical / key service provision, the council intends to establish a multi-lot, multi-supplier framework agreement for minibus and coach hire services to provide ad-hoc passenger journeys, primarily for educational purposes but available for use by other Council departments.

Transport required via the framework agreement will be used for a variety of purposes, including (but not limited to) one-off day trips, educational visits, cultural excursions and short-term block bookings such as swimming lessons, sports training etc.

the framework agreement shall include the provision of appropriately sized and equipped vehicles, qualified drivers, and compliance with all relevant safety and safeguarding standards. Optional elements, such as enhanced accessibility features or additional vehicle capacities, may be considered or sought via the framework agreement but are not mandatory.

Further information on the Lots, including applied Sub-Lots is detailed below however it is anticipated that a maximum of seven (7) Contractors shall be appointed to each of the five (5) Lots of the framework agreement.

Full information on the Details of Requirements to be applied within the framework agreement are detailed in ITT Annex 1 available via PCS-Tender.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

UK

E-mail: corporateprocurement@northlan.gov.uk

NUTS: UKM84

Internet address(es)

Main address: https://www.northlanarkshire.gov.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.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

Framework Agreement for Ad-Hoc Minibus and Coach Hire

Reference number: NLC-CPT-25-077

II.1.2) Main CPV code

60172000

 

II.1.3) Type of contract

Services

II.1.4) Short description

North Lanarkshire Council (the “Council”) requires the provision of passenger transport services to supplement its existing arrangements managed by Strathclyde Passenger Transport (SPT) for school pupil transport (drop-offs and pickups before and after the school day), and transport for pupils with Additional Support Needs (ASN).

To enable the delivery of critical / key service provision, the council intends to establish a multi-lot, multi-supplier framework agreement for minibus and coach hire services to provide ad-hoc passenger journeys, primarily for educational purposes but available for use by other Council departments.

Transport required via the framework agreement will be used for a variety of purposes, including (but not limited to) one-off day trips, educational visits, cultural excursions and short-term block bookings such as swimming lessons, sports training etc.

the framework agreement shall include the provision of appropriately sized and equipped vehicles, qualified drivers, and compliance with all relevant safety and safeguarding standards. Optional elements, such as enhanced accessibility features or additional vehicle capacities, may be considered or sought via the framework agreement but are not mandatory.

Further information on the Lots, including applied Sub-Lots is detailed below however it is anticipated that a maximum of seven (7) Contractors shall be appointed to each of the five (5) Lots of the framework agreement.

Full information on the Details of Requirements to be applied within the framework agreement are detailed in ITT Annex 1 available via PCS-Tender.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 5

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – 4 to 16 Seat Vehicles (Excl .Driver)

II.2.2) Additional CPV code(s)

60172000

60100000

60170000

II.2.3) Place of performance

NUTS code:

UKM84

II.2.4) Description of the procurement

In addition to the Description detailed above in this Contract Notice, Lot 1 of the framework agreement will comprise of vehicles with a passenger seating capacity of 4 – 16 seats.

Full information on the Details of Requirements, Lot approach etc. for the framework agreement is detailed in the tender pack, response envelopes etc. located in PCS-Tender

II.2.5) Award criteria

Criteria below:

Quality criterion: Vehicles, Accessibility & Safety / Weighting: 10

Quality criterion: Service Delivery & Mobilisation / Weighting: 10

Quality criterion: Drivers, safeguarding & Incident Management / Weighting: 7

Quality criterion: Continues Improvement / Weighting: 3

Quality criterion: Carbon Reduction / Net Zero / Weighting: 3

Quality criterion: Fair Work First / Weighting: 3

Quality criterion: Community Benefits Methodology / Weighting: 2

Quality criterion: Community Benefits Offering Menu / Weighting: 2

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework agreement will be awarded for a maximum total period of 48 months. Following expiry of the framework agreement, the Council may elect to re-tender requirements.

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

Lot No: 2

II.2.1) Title

Lot 2 – 17 to 34 Seat Vehicles (Excl .Driver)

II.2.2) Additional CPV code(s)

60172000

60100000

II.2.3) Place of performance

NUTS code:

UKM84

II.2.4) Description of the procurement

In addition to the Description detailed above in this Contract Notice, Lot 2 of the framework agreement will comprise of vehicles with a passenger seating capacity of 17 – 34 seats

Full information on the Details of Requirements, Lot approach etc. for the framework agreement is detailed in the tender pack, response envelopes etc. located in PCS-Tender

II.2.5) Award criteria

Criteria below:

Quality criterion: Vehicles, Accessibility & Safety / Weighting: 10

Quality criterion: Service Delivery & Mobilisation / Weighting: 10

Quality criterion: Drivers, safeguarding & Incident Management / Weighting: 7

Quality criterion: Continues Improvement / Weighting: 3

Quality criterion: Carbon Reduction / Net Zero / Weighting: 3

Quality criterion: Fair Work First / Weighting: 3

Quality criterion: Community Benefits Methodology / Weighting: 2

Quality criterion: Community Benefits Offering Menu / Weighting: 2

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework agreement will be awarded for a maximum total period of 48 months. Following expiry of the framework agreement, the Council may elect to re-tender requirements.

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

Lot No: 3

II.2.1) Title

Lot 3 – 35 to 53 Seat Vehicles (Excl .Driver)

II.2.2) Additional CPV code(s)

60172000

60100000

60170000

II.2.3) Place of performance

NUTS code:

UKM84

II.2.4) Description of the procurement

In addition to the Description detailed above in this Contract Notice, Lot 3 of the framework agreement will comprise of vehicles with a passenger seating capacity of 35 – 53 seats

Full information on the Details of Requirements, Lot approach etc. for the framework agreement is detailed in the tender pack, response envelopes etc. located in PCS-Tender

II.2.5) Award criteria

Criteria below:

Quality criterion: Vehicles, Accessibility & Safety / Weighting: 10

Quality criterion: Service Delivery & Mobilisation / Weighting: 10

Quality criterion: Drivers, Safeguarding & Incident Management / Weighting: 7

Quality criterion: Continues Improvement / Weighting: 3

Quality criterion: Carbon Reduction / Net Zero / Weighting: 3

Quality criterion: Fair Work First / Weighting: 3

Quality criterion: Community Benefits Methodology / Weighting: 2

Quality criterion: Community Benefits Offering Menu / Weighting: 2

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework agreement will be awarded for a maximum total period of 48 months. Following expiry of the framework agreement, the Council may elect to re-tender requirements.

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

Lot No: 4

II.2.1) Title

Lot 4 – 54 to 69 Seat Vehicles (Excl .Driver)

II.2.2) Additional CPV code(s)

60172000

60100000

60170000

II.2.3) Place of performance

NUTS code:

UKM84

II.2.4) Description of the procurement

In addition to the Description detailed above in this Contract Notice, Lot 4 of the framework agreement will comprise of vehicles with a passenger seating capacity of 54 – 69 seats

Full information on the Details of Requirements, Lot approach etc. for the framework agreement is detailed in the tender pack, response envelopes etc. located in PCS-Tender

II.2.5) Award criteria

Criteria below:

Quality criterion: Vehicles, Accessibility & Safety / Weighting: 10

Quality criterion: Service Delivery & Mobilisation / Weighting: 10

Quality criterion: Drivers, Safeguarding & Incident Management / Weighting: 7

Quality criterion: Continues Improvement / Weighting: 3

Quality criterion: Carbon Reduction / Net Zero / Weighting: 3

Quality criterion: Fair Work First / Weighting: 3

Quality criterion: Community Benefits Methodology / Weighting: 2

Quality criterion: Community Benefits Offering Menu / Weighting: 2

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework agreement will be awarded for a maximum total period of 48 months. Following expiry of the framework agreement, the Council may elect to re-tender requirements.

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

Lot No: 5

II.2.1) Title

Lot 5 – 70+ Seat Vehicles (Excl .Driver)

II.2.2) Additional CPV code(s)

60172000

60100000

60170000

II.2.3) Place of performance

NUTS code:

UKM84

II.2.4) Description of the procurement

In addition to the Description detailed above in this Contract Notice, Lot 5 of the framework agreement will comprise of vehicles with a passenger seating capacity of 70 seat or more.

Full information on the Details of Requirements, Lot approach etc. for the framework agreement is detailed in the tender pack, response envelopes etc. located in PCS-Tender

II.2.5) Award criteria

Criteria below:

Quality criterion: Vehicles, Accessibility & Safety / Weighting: 10

Quality criterion: Service Delivery & Mobilisation / Weighting: 10

Quality criterion: Drivers, Safeguarding & Incident Management / Weighting: 7

Quality criterion: Continues Improvement / Weighting: 3

Quality criterion: Carbon Reduction / Net Zero / Weighting: 3

Quality criterion: Fair Work First / Weighting: 3

Quality criterion: Community Benefits Methodology / Weighting: 2

Quality criterion: Community Benefits Offering Menu / Weighting: 2

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework agreement will be awarded for a maximum total period of 48 months. Following expiry of the framework agreement, the Council may elect to re-tender requirements.

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

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:

To ensure compliance with statutory obligations and to safeguard the Council and Service Users, all Contractors must hold a valid Public Service Vehicle (PSV) Operator’s Licence (or suitable acceptable equivalent) issued by the relevant regulatory authority e.g., the Traffic Commissioner.

The Contractors PSV Operations Licence must cover the type and size of vehicles proposed for use under this Framework Agreement.

III.2.2) Contract performance conditions

Further information on contract performance conditions is located within Annex 7 of the ITT document within the PCS-Tender System.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 35

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:

2025/S 000-057624

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/12/2025

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: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 03/12/2025

Local time: 12:00

Information about authorised persons and opening procedure:

Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change at the Councils sole discretion.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The framework agreement will be awarded for a maximum total period of 48 months. Following expiry of the framework agreement, the Council may elect to re-tender requirements.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Tenderers must complete the SPD (Scotland) within the Qualification Envelope of the PCS Tender. Full Selection criteria is as stated in the procurement documents

All Tenderers must complete the required Qualification and Technical Envelope applicable to all Lots, and Sub-Lots they are bidding for within the PCS-Tender as instructed.

Late Tenders will not be considered under any circumstances. For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council. The Council will not provide additional notification to any Bidder of the rejection of a late Tender.

The complete Tender (complete with SPD (Scotland)) should be submitted in accordance with the instructions detailed in PCS-Tender.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30454. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Tenderers should refer to Annex 2 of the ITT Document located within the PCS-Tender for further information on the Councils Community Benefit expectations within the framework agreement.

(SC Ref:814127)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts

Edinburgh

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice

30/10/2025

Coding

Commodity categories

ID Title Parent category
60172000 Hire of buses and coaches with driver Hire of passenger transport vehicles with driver
60170000 Hire of passenger transport vehicles with driver 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:
corporateprocurement@northlan.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.