Notice Information
Notice Title
CT1318 DPS for Provision of Supported Bus Services
Notice Description
The City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria.
Lot Information
Lot 1
The City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria.
Renewal: The DPS is in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04556a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035527-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Dynamic
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
60 - Transport services (excl. Waste transport)
-
- CPV Codes
34121100 - Public-service buses
60100000 - Road transport services
60112000 - Public road transport services
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £10,000,000 £10M-£100M
Notice Dates
- Publication Date
- 1 Nov 20241 years ago
- Submission Deadline
- 21 Feb 20293 years to go
- Future Notice Date
- Not specified
- Award Date
- 27 Jun 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- November 2031
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Not specified
- Contact Email
- ben.fulton@edinburgh.gov.uk
- Contact Phone
- +44 1315296432
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04556a-2024-11-01T15:30:20Z",
"date": "2024-11-01T15:30:20Z",
"ocid": "ocds-h6vhtk-04556a",
"description": "Part 4D: Quality Assurance Schemes It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition. It is a mandatory requirement of this Framework that the Contractor or any proposed sub-contractor will utilise vehicles used on the service must be of low-floor vehicles, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2000 in the operation of any contract procured under this DPS. It is a mandatory requirement that Tendering Organisations have in place a Business Continuity Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a satisfactory Business Continuity Policy, the Council may exclude the Bidder from the competition or require amendments to the policy to be made. It is a mandatory requirement that Tendering Organisations provide records of vehicle prohibitions issued by Vehicle Operator Service Agency (VOSA) or the Police within the last two years. If no prohibitions have been imposed, Tenderers should state this also. Your response should state all prohibitions and if imposed what measures have been taken to ensure that they do not reoccur. This is a Pass/fail section. Tenders will be excluded if the Council is not satisfied that the measures they have in place meet our safety standards. (SC Ref:782189)",
"initiationType": "tender",
"tender": {
"id": "CT1318",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "CT1318 DPS for Provision of Supported Bus Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "60112000",
"description": "Public road transport services"
},
"mainProcurementCategory": "services",
"description": "The City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria.",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The DPS is in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions."
},
"secondStage": {
"minimumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34121100",
"description": "Public-service buses"
},
{
"scheme": "CPV",
"id": "60100000",
"description": "Road transport services"
},
{
"scheme": "CPV",
"id": "60112000",
"description": "Public road transport services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"communication": {
"atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Part 4A: Technical and professional ability Minimum level(s) of standards required: It is a mandatory requirement of this contract that the Contractor and any proposed sub-contractor provide or are members of a comprehensive internet and phone-based travel planning service (e.g. Traveline or a suitable equivalent). The Service Provider shall have and keep in force for the duration of the Contract a Public Service Vehicle Operator's Licence of the relevant classification as required by Section 12 of the Public Passenger Vehicles Act 1981 or a Community Bus Permit issued under Section 22 of the Transport Act 1985 which permits the operation of the Service and shall produce the licence or permit at any time for inspection by an authorised officer of the Council. All vehicles being used in the performance of this Service shall be licensed, equipped, maintained and insured as required. It is the Service Provider's responsibility to ensure that all vehicles employed can use the roads utilised for the Service bearing in mind the requirements of weight restrictions, low bridges, Traffic Regulation Orders and any specific restrictions listed in the Schedule of Requirements. Unless the Council stipulates otherwise, vehicles used on the service must be of low-floor, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2023.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "General turnover - as stated in the procurement documents. Financial Liquid Ratio - as stated in the procurement documents. Employers (Compulsory) Liability Insurance - GBP 10m Public Liability Insurance - GBP 5m Motor Insurance - GBP 5m",
"minimum": "Minimum standards are as stated in the procurement documents. The formula for calculating the current ratio is current assets divided by current liabilities. The acceptable range for each ratio is stated in the procurement documents. Where a current ratio is less than the required level, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a) Employers (Compulsory) Liability Insurance - GBP 10m b) Public Liability Insurance - GBP 5m c) Motor Insurance - GBP 5m Where a Tenderer does not hold, or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Part 4C: Technical and Professional Ability - Prompt Payment It is a mandatory requirement of this Framework that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question. Part 4C: Technical and Professional Ability - Living Wage Payment Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the Contract, (including any agency or sub-contractor staff) directly involved in the delivery of the Contract, at least the real Living Wage. Part 4C: Environmental Management Measures Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: A completed copy of \"Appendix 2 Climate Change Plan\" including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. Please note Appendix 2 is supplied as an individual document for completion. Where a Tenderer's response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part 4D: Quality Assurance Schemes It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition. It is a mandatory requirement of this Framework that the Contractor or any proposed sub-contractor will utilise vehicles used on the service must be of low-floor vehicles, fully accessible specification, in accordance with The Public Service Vehicles Accessibility Regulations 2000 in the operation of any contract procured under this DPS. It is a mandatory requirement that Tendering Organisations have in place a Business Continuity Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a satisfactory Business Continuity Policy, the Council may exclude the Bidder from the competition or require amendments to the policy to be made. It is a mandatory requirement that Tendering Organisations provide records of vehicle prohibitions issued by Vehicle Operator Service Agency (VOSA) or the Police within the last two years. If no prohibitions have been imposed, Tenderers should state this also. Your response should state all prohibitions and if imposed what measures have been taken to ensure that they do not reoccur. This is a Pass/fail section. Tenders will be excluded if the Council is not satisfied that the measures they have in place meet our safety standards.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "The Service Provider shall have and keep in force, for the duration of any Contract awarded under this DPS, a Public Service Vehicle Operator's Licence of the relevant classification as required by Section 12 of the Public Passenger Vehicles Act 1981 or a Community Bus Permit issued under Section 22 of the Transport Act 1985 which permits the operation of the Service and shall produce the licence or permit at any time for inspection by an authorised officer of the Council."
}
]
},
"contractTerms": {
"performanceTerms": "Contract performance conditions will be detailed in minicompetitions enacted under this DPS.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasDynamicPurchasingSystem": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2029-02-21T17:00:00Z"
},
"secondStage": {
"invitationDate": "2029-02-21T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true,
"recurrence": {
"description": "November 2031"
}
},
"parties": [
{
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1315296432",
"email": "ben.fulton@edinburgh.gov.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.edinburgh.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-15122",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chamber Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-77036",
"name": "Midland Bluebird Limited",
"identifier": {
"legalName": "Midland Bluebird Limited"
},
"address": {
"streetAddress": "Carmuirs House , 300 Stirling Road",
"locality": "Larbert",
"region": "UKM76",
"postalCode": "FK5 3NJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-66160",
"name": "Hairy Haggis Tours Ltd",
"identifier": {
"legalName": "Hairy Haggis Tours Ltd"
},
"address": {
"streetAddress": "Northfield farm",
"locality": "Longridge",
"region": "UKM78",
"postalCode": "Eh479aa",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1501599690"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000782189"
}
],
"language": "en",
"awards": [
{
"id": "023300-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77036",
"name": "Midland Bluebird Limited"
}
]
},
{
"id": "035527-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-66160",
"name": "Hairy Haggis Tours Ltd"
}
]
}
],
"contracts": [
{
"id": "023300-2024-1",
"awardID": "023300-2024-1",
"status": "active",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"dateSigned": "2024-06-28T00:00:00+01:00"
},
{
"id": "035527-2024-1",
"awardID": "035527-2024-1",
"status": "active",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"dateSigned": "2024-06-28T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}