Contract notice
Section I: Contracting
authority
I.1) Name and addresses
New College Lanarkshire
1 Enterprise Way, Motherwell Campus
Motherwell
ML1 2TX
UK
Contact person: Andrew Mulvay
Telephone: +44 3005558080
E-mail: Andrew.Mulvay@Nclan.ac.uk
NUTS: UKM84
Internet address(es)
Main address: http://www.nclanarkshire.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00461
I.1) Name and addresses
South Lanarkshire College
College Way, Scottish Enterprise Technology Park,, East Kilbride
Glasgow
G75 0NE
UK
Contact person: Sue Hampshire
Telephone: +44 1355807780
E-mail: Sue.Hampshire@slc.ac.uk
Fax: +44 1355807781
NUTS: UKM95
Internet address(es)
Main address: http://www.south-lanarkshire-college.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00469
I.2) Joint procurement
The contract involves joint procurement
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
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Taxi Services
Reference number: NCL-22-006
II.1.2) Main CPV code
60120000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking a Contractor(s) for Provision of Taxi Services across the Lanarkshire Area.
II.1.5) Estimated total value
Value excluding VAT:
670 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Coatbridge
II.2.2) Additional CPV code(s)
60120000
II.2.3) Place of performance
NUTS code:
UKM84
Main site or place of performance:
Coatbridge
II.2.4) Description of the procurement
Provision of Taxi Services – Coatbridge and surrounding areas
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Methodology
/ Weighting: 13
Quality criterion: Management of Fleet
/ Weighting: 18
Quality criterion: Key Personnel
/ Weighting: 17
Quality criterion: Responsible Procurement
/ Weighting: 4
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Phase Out & Exit Strategy
/ Weighting: 3
Price
/ Weighting:
40
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 initial agreement duration will be for 24 months. Thereafter, the Authority reserves the right to extend the Agreement for a further two periods of 12 months, subject to satisfactory performance and continued Authority 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
Cumbernauld & Kirkintilloch
II.2.2) Additional CPV code(s)
60120000
II.2.3) Place of performance
NUTS code:
UKM84
Main site or place of performance:
Cumbernauld & Kirkintilloch
II.2.4) Description of the procurement
Provision of Taxi Services – Cumbernauld, Kirkintilloch and surrounding areas
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Methodology
/ Weighting: 13
Quality criterion: Management of Fleet
/ Weighting: 18
Quality criterion: Key Personnel
/ Weighting: 17
Quality criterion: Responsible Procurement
/ Weighting: 4
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Phase Out & Exit Strategy
/ Weighting: 3
Price
/ Weighting:
40
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 initial agreement duration will be for 24 months. Thereafter, the Authority reserves the right to extend the Agreement for a further two periods of 12 months, subject to satisfactory performance and continued Authority 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
Motherwell
II.2.2) Additional CPV code(s)
60120000
II.2.3) Place of performance
NUTS code:
UKM84
Main site or place of performance:
Motherwell
II.2.4) Description of the procurement
Provision of Taxi Services – Motherwell and surrounding areas
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Methodology
/ Weighting: 13
Quality criterion: Management of Fleet
/ Weighting: 18
Quality criterion: Key Personnel
/ Weighting: 17
Quality criterion: Responsible Procurement
/ Weighting: 4
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Phase Out & Exit Strategy
/ Weighting: 3
Price
/ Weighting:
40
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 initial agreement duration will be for 24 months. Thereafter, the Authority reserves the right to extend the Agreement for a further two periods of 12 months, subject to satisfactory performance and continued Authority 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
Hamilton
II.2.2) Additional CPV code(s)
60120000
II.2.3) Place of performance
NUTS code:
UKM84
Main site or place of performance:
Hamilton
II.2.4) Description of the procurement
Provision of Taxi Services – Hamilton and surrounding areas
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Methodology
/ Weighting: 13
Quality criterion: Management of Fleet
/ Weighting: 18
Quality criterion: Key Personnel
/ Weighting: 17
Quality criterion: Responsible Procurement
/ Weighting: 4
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Phase Out & Exit Strategy
/ Weighting: 3
Price
/ Weighting:
40
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 initial agreement duration will be for 24 months. Thereafter, the Authority reserves the right to extend the Agreement for a further two periods of 12 months, subject to satisfactory performance and continued Authority 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
East Kilbride
II.2.2) Additional CPV code(s)
60120000
II.2.3) Place of performance
NUTS code:
UKM95
Main site or place of performance:
East Kilbride
II.2.4) Description of the procurement
Provision of Taxi Services – East Kilbride and surrounding areas
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Methodology
/ Weighting: 13
Quality criterion: Management of Fleet
/ Weighting: 18
Quality criterion: Key Personnel
/ Weighting: 17
Quality criterion: Responsible Procurement
/ Weighting: 4
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Phase Out & Exit Strategy
/ Weighting: 3
Price
/ Weighting:
40
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 initial agreement duration will be for 24 months. Thereafter, the Authority reserves the right to extend the Agreement for a further two periods of 12 months, subject to satisfactory performance and continued Authority 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to question 4A of the SPD – Service Contracts section.
Bidders must confirm they hold the following current licences & memberships and will maintain them through the duration of the Contract:
- The Contractor must hold the appropriate licences in place. This includes either having a valid operator licence for a local authority in either the pickup or drop off location.
- The Contractor must ensure all Drivers and their vehicle have appropriate Local Authority licences to operate a taxi service within the area they are bidding for
- All Drivers shall be in possession of a current driver’s licence issued by the DVLA
- All Drivers shall be in possession of a current relevant taxi licence/private hire car driver licence and must not be under suspension.
- All Drivers servicing the contract hold Protecting Vulnerable Groups (PVG) membership
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please refer to Part 4B.5 of the SPD:
It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below and in PCS-T.
Please refer to Part 4B.6 of the SPD: Economic or Financial requirements
Minimum level(s) of standards required:
4B.5 Insurance
- Employers Liability – GBP 5,000,000
- Public Liability – GBP 5,000,000
- All relevant insurances required by Licensing Authority
4B.6
The successful tenderer will be required to provide 2 years audited accounts, or equivalent if awarded to the Framework Agreement
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Contractors must provide management information on a quarterly basis, within 10 working days following the start of each quarter in a format as required by the Authority. Following the beginning of each new academic year the College will provide the Contractor with a new template along with the reporting schedule.
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:
2015/S 008-014091
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/10/2022
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
21/10/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
If extension options are not utilised - August 2024
If 24 months of extensions are utilised - August 2026
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Please refer to the document ITT - Provision of Taxi Services - for further information on the specific evaluation methodology and weightings that will be applied during this procurement exercise.
The following should be submitted prior to award. It is for information only and will not be scored, please confirm that you will be in a position to submit prior to award:
- Appendix A - Form of Tender
- Appendix B - Freedom of Information
- Appendix D - Sustain Supply Chain Code of Conduct
- Appendix F - GDPR Contractor Assessment Form
- Appendix G - Declaration of Non Involvement in Serious Organised Crime
- Appendix H - Declaration of Non- Involvement in Human Trafficking and Labour Exploitation
- Appendix I - SCM RP: Section 1
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22390. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:707273)
VI.4) Procedures for review
VI.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
UK
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/hamilton-sheriff-court
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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
20/09/2022