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 Taxi and Private Hire Provision
Reference number: NLC–CPT-25-076
II.1.2) Main CPV code
60120000
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 meet this need, the council intends to establish a multi-lot, multi-supplier framework agreement for taxi and private hire services that shall support a range of transport requirements, including (but not limited to) services for Integrated Day Services, wider social care provision, housing, education, corporate and elected members for staff-related travel.
Further information on the Lots, including applied Sub-Lots is detailed below.
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: 2
II.2) Description
Lot No: 1
II.2.1) Title
Integrated Day Support (IDS) Transport Services
II.2.2) Additional CPV code(s)
60120000
60100000
60140000
60170000
60171000
II.2.3) Place of performance
NUTS code:
UKM84
II.2.4) Description of the procurement
In addition to Description detailed above in this Contract Notice, Lot 1 – Integrated Day Support (IDS) Transport Services shall be used to facilitate the transport of Service Users from defined pick up points to the Councils older adult day service centres.
Lot 1 of the framework agreement is further broken down across six (6) Sub-Lots as detailed below:
Lot 1A – IDS Transport Services – Airdrie Locality
Lot 1B – IDS Transport Services – Bellshill Locality
Lot 1C – IDS Transport Services – Coatbridge Locality
Lot 1D – IDS Transport Services – Cumbernauld Locality
Lot 1E – IDS Transport Services – Motherwell Locality
Lot 1F – IDS Transport Services – Wishaw Locality
Tenderers are free to bid for all six (6) Sub-Lots however may only be appointed to a maximum of three (3).
Lot 1 shall operate via the appointment of a single Contractor to each of the six Sub-Lots i.e. a maximum of six (6) Contractors appointed.
Full information on the Details of Requirements, Lot approach etc. for Lot 1 of 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: Service Delivery Approach
/ Weighting: 20
Quality criterion: Accessibility and Inclusion
/ Weighting: 20
Quality criterion: Booking and Communication Systems
/ Weighting: 20
Quality criterion: Protection and Safeguarding
/ Weighting: 10
Quality criterion: Training
/ Weighting: 10
Quality criterion: Contingency Planning
/ Weighting: 10
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 Benefit Menu (Sub-Lot Specific)
/ Weighting: 2
Price
/ Weighting:
0
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
Ad-hoc Taxi and Private Hire Provision
II.2.2) Additional CPV code(s)
60120000
60100000
60140000
60170000
60171000
II.2.3) Place of performance
NUTS code:
UKM84
II.2.4) Description of the procurement
In addition to Description detailed above in this Contract Notice, Lot 1 – Integrated Day Support (IDS) Transport Services shall be used to facilitate the transport of Service Users from defined pick up points to the Councils older adult day service centres.
Lot 2 – Ad-hoc Taxi and Private Hire Provision of the Framework Agreement shall be used to facilitate transport of service users in areas including (but not limited to) social care provision, education pupils and staff, housing / homelessness, elected members, Council personnel etc.
Lot 2 of the arrangement is further broken down across three (3) Sub-Lots as detailed below:
Lot 2A – Ad-hoc Taxi and Private Hire – Northern Zone
Lot 2B – Ad-hoc Taxi and Private Hire – Central Zone
Lot 2C – Ad-hoc Taxi and Private Hire – Southern Zone
Tenderers are free to bid for all three (3) Sub-Lots and con be appointed to a maximum of three (3).
Lot 2 shall operate via the appointment of no more than four (4) Contractors to each of the three Sub-Lots i.e. a maximum of 12 Contractors appointed.
Full information on the Details of Requirements, Lot approach etc. for Lot 2 of 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: Service Delivery Approach
/ Weighting: 20
Quality criterion: Accessibility and Inclusion
/ Weighting: 20
Quality criterion: Booking and Communication Systems
/ Weighting: 20
Quality criterion: Protection and Safeguarding
/ Weighting: 10
Quality criterion: Training
/ Weighting: 10
Quality criterion: Contingency Planning
/ Weighting: 10
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 Benefit Menu (Sub-Lot Specific)
/ Weighting: 2
Price
/ Weighting:
0
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:
all Services to be delivered under the framework agreement for both Lots 1 and 2 shall be delivered in strict accordance with the Councils Taxi and Private Hire licensing and specification conditions
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: 18
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 000-057623
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 30453. 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:814126)
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 Cours or the Court of Session.
VI.5) Date of dispatch of this notice
30/10/2025