Passenger Transport Framework Agreement

A Tender Notice
by THE CITY OF EDINBURGH COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
60M
Sector
TRANSPORT
Published
26 Mar 2024
Delivery
To 26 Apr 2028 (est.)
Deadline
26 Apr 2024 14:00

Concepts

Location

Edinburgh

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

The City of Edinburgh Council intends to establish a Framework Agreement for the purpose of transport by taxi, private hire car or coach for a range of transport services including home to school transport for pupils and transport for a range of vulnerable services users. This Framework Agreement will be divided into Lots to cover unescorted and escorted travel arrangements, mainly within the city of Edinburgh.

Lot Division

1 Vehicle and Driver - Unescorted

Vehicle and Driver – Unescorted. No specialist care, or equipment required including out of authority

2 Vehicle, Driver and Passenger Assistant

Vehicle, Driver and Passenger Assistant including out of authority. Specialist vehicle and/or equipment may be required for the transport of vulnerable children and adults.

3 Unescorted Passenger Transport

The Contractor will be required to operate a high quality, reliable, responsive and cost effective pre-booked vehicle hire service for unescorted passenger journeys on behalf of the City of Edinburgh Council (the Council) to meet transport requirements for the following user groups: Health and Social Care clients, approximately 48% of Framework Agreement usage - e.g. journeys to and from day centres and activities Children and Families clients, approximately 40% of Framework Agreement usage - e.g. journeys to and from school and activities Homeless persons accessing Council services, approximately 4% of Framework Agreement usage - e.g. journeys to and from temporary accommodation Council staff and Councillors, approximately 8% of Framework Agreement usage - e.g. journeys to and from Council Offices

4 Unescorted Passenger Transport

Requirements for school coach trips and associated services, including but not limited to booking travel (such as ferries) and accommodation, trips and tour guides, and any other related services as determined by the scope of a particular trip. home to school transport fixed routes and ad hoc requirements from time to time on a temporary basis, for example for the purpose of accessing education-related extra-curricular activities (estimated overall requirement is 150 routes).

Renewal Options

It is the intention of the Council that any Contract resulting from this ITT will commence on July 2024 for a period of two years with the option to extend for up to two periods of up to twelve months each, undertaken at the sole discretion of the Council.

Award Criteria

Quality 60.0
PRICE 40.0

CPV Codes

  • 60120000 - Taxi services
  • 60140000 - Non-scheduled passenger transport
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60130000 - Special-purpose road passenger-transport services

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.4 (A) - Payment of the Real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the framework agreement (including any agency or sub-contractor staff), at least the Real Living Wage. Where a Tenderer does not commit to pay any staff that at least the Real Living Wage, the Council may exclude the Tenderer from the competition. Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.4 (B) - Inclusion of prompt payment clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the framework agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties. Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition. Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.7 Lots 3 & 4 Only - Response to climate change emergency - Tenderers are required to provide evidence that their Organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency). Tenderers must complete the Climate Change Plan Template (text should be no smaller than Arial or Calibri Font size 10), to supply information about their organisation’s carbon emissions sources and the steps that their organisation plans to take to reduce your carbon emissions, including any ongoing or completed plans. Responses do not need to include carbon emissions calculations. Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition. Part IV: Selection criteria - D: Quality Assurance - Question 4D.1(A) - Health & Safety Policy - Tendering Organisations with more than 5 employees are required to have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. To demonstrate compliance Tenderers must attach their Health & Safety Policy. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.2 – Disclosure - Staff who deliver services to Children must have PVG clearance. Please refer to https://www.mygov.scot/disclosure -types/ for guidance. Where the Tenderer does not commit to obtaining Disclosure Checks for all relevant staff, the Council will exclude the Tenderer from the competition. Please indicate your organisations’ intention to commit to this requirement. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25925. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Further information can be found in the Specifications and Tenderers' Submissions. (SC Ref:761558)

Reference

Domains