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