Schools Bus Franchises Tranche 2

A Tender Notice
by GREATER MANCHESTER COMBINED AUTHORITY

Source
Find a Tender
Type
Contract (Services)
Duration
5.5 year
Value
£11M
Sector
TRANSPORT
Published
25 May 2023
Delivery
To 27 Oct 2028 (est.)
Deadline
26 Jun 2023 11:00

Concepts

Location

Greater Manchester:

Geochart for 1 buyers and 0 suppliers

Description

In accordance with the provisions of the Transport Act 2000 (as amended by the Bus Services Act 2017) and having followed the legislative procedure set out within the same, the Mayor of Greater Manchester decided on 25th March 2021 to introduce a bus franchising scheme for the entire Greater Manchester Combined Authority ('GMCA') area. As the executive body with responsibility for various transport functions on behalf of the GMCA, TfGM is responsible for various functions associated with the implementation and operation of the franchising scheme, including but not limited to undertaking and managing the procurement process for the school service franchises. The GMCA will be the contracting entity and the bus franchising scheme will be overseen and managed by Transport for Greater Manchester ('TfGM'), including the procurement of Schools Bus Franchises services, on behalf of the GMCA. The procurement of Schools Bus Franchises packages will take place in three tranches which will align with the three franchises in which Large and Small franchises are being procured. These franchises will not all be introduced simultaneously, due to various transitional and implementation issues that will need to be addressed. The School Bus Franchises will be tendered in three Franchise Tranches determined by geographical area, as follows: (i) The first Schools Franchise Tranche (broadly covering Bolton, Salford and Wigan), is expected to contain 23 schools only franchises; (ii) The second Schools Franchise Tranche (broadly covering Bury, Rochdale, North Manchester and Oldham) is expected to contain 9 schools only franchises; and (iii) The third Schools Franchise Tranche (broadly covering Tameside, Stockport, South Manchester and Trafford) is expected to contain around 25 schools only franchises. TfGM and GMCA require school services to commence on the Franchise Scheme Commencement Date (as defined in the Schools Bus Franchise Agreement) which is before the point at which the services under this contract can be operated pursuant to a local services contract pursuant to s.123K(4) of the Transport Act 2000. Due to this, the successful Tenderer for each Lot will contract with TfGM under TfGM’s delegated powers under section 9A of the Transport Act 1968 (and the Manchester City Council Report for Resolution following the Greater Manchester Combined Authority (Functions and Amendments) Order 2019 No. 793) and sections 89-92 of the Transport Act 1985 as a secured service contract for the period from the date that the Schools Bus Franchise Agreement is entered into following contract award until the end of the period which is 9 months after the contract is entered into. GMCA intends to issue service permits for such school services to the extent required to operate such school services within the area of the Franchising Scheme prior to the Franchise Scheme Commencement Date. Schools Bus Franchises Key Principles The key elements of the commercial approach to franchising in Greater Manchester are summarised below. Further detail can be found in the ITT document, which can be found on the Pro-Contract ETendering portal: https://procontract.due north.com Depots: Operators will be required to provide their own depot facilities. Intelligent Transport Systems (ITS): TfGM will procure contracts for the supply and maintenance of some aspects of the required ITS solution (such as vehicle location, ticketing and driver communications systems) to ensure a standardised approach. The scope of this procurement is to procure contracts under each of the 9 lots (each of which relates to a franchise school package in Tranche 2) based on the schools served, ranging in size from 1 to 7 Peak Vehicle Requirement (PVR).

Lot Division

1 Package A - St Monica's
  • Value: £808K

Lot 1 is referred to as “Package A - St Monica's”. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

2 Package B - Newman College
  • Value: £3M

Lot 2 is referred to as “Package B - Newman College”. Within the package there is a Peak Vehicle requirement of 7 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

3 Package C - Blue Coat / Crompton House
  • Value: £2M

Lot 3 is referred to as “Package C - Blue Coat/Crompton House”. Within the package there is a Peak Vehicle requirement of 5 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

4 Package D - Co-op Academy North
  • Value: £404K

Lot 4 is referred to as “Package D - Co-op Academy North”. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

5 Package E - Tottington
  • Value: £2M

Lot 5 is referred to as “Package E - Tottington”. Within the package there is a Peak Vehicle requirement of 6 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

6 Package F - St Cuthbert's / Saddleworth
  • Value: £808K

Lot 6 is referred to as “Package F – St Cuthbert's/Saddleworth”. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

7 Package G - Waterhead
  • Value: £808K

Lot 7 is referred to as “Package G - Waterhead”. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer’s own vehicles. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

8 Package H - Co-op Academy
  • Value: £404K

Lot 8 is referred to as “Package H - Co-op Academy”. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using a TfGM owned vehicle. The estimated value of the contract indicated covers the full term of the contract (65 months) which is the initial terms plus renewals.

9 Package I - St Matthew's
  • Value: £404K

Lot 9 is referred to as “Package I - St Matthew's”. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using a TfGM owned vehicle. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial terms plus renewals.

Renewal Options

The agreement includes two options to extend, each for a further 12 months.

CPV Codes

  • 60112000 - Public road transport services
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60100000 - Road transport services

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Staff qualifications are relevant.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** • Please note the return date and time – 26/6/20223 at 12 Noon is the final date for submission of the completed ITT, • This Procurement process will be conducted through the ProContract e-tendering portal and any submission made outside of this portal will be disqualified, • All communications, including tender submission must be written in English, • Nothing in this procurement process is intended to form any express or implied contractual relationship between parties unless and until the award of a contract is concluded, • Any contract entered into as a result of this procurement will be considered to be a contract governed by English Law and subject to the exclusive jurisdiction of the Courts of England and Wales, • TfGM is not liable for any costs, fees or expenses (including third party costs, fees or expenses) incurred by those expressing an interest in, negotiating or tendering for this contract opportunity, • TfGM reserves the right to terminate this procurement process or to amend or vary the process at any time prior to the conclusion of the award of contract without liability to any party.

Reference

Domains