Notice Information
Notice Title
18/0033 School, Public and Community Transport Services
Notice Description
Passenger Transport
Lot Information
Lot 1
Passenger Transport services using Large Bus or Coaches
Renewal: Renewals will be considered at the end of the contract period
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000553321
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340049
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
-
- CPV Codes
60170000 - Hire of passenger transport vehicles with driver
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £11,510,435 £10M-£100M
Notice Dates
- Publication Date
- 13 Dec 20187 years ago
- Submission Deadline
- 28 Sep 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Dec 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2026
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MORAY COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@moray.gov.uk
- Contact Phone
- +44 1343563137
Buyer Location
- Locality
- ELGIN
- Postcode
- IV30 1BX
- Post Town
- Inverness
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM62 Inverness and Nairn, Moray, and Badenoch and Strathspey
-
- Local Authority
- Moray
- Electoral Ward
- Elgin City North
- Westminster Constituency
- Moray West, Nairn and Strathspey
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG329174
18/0033 School, Public and Community Transport Services - Passenger Transport -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340049
18/0033 School, Public and Community Transport Services - Passenger Transport
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-r6ebe6-0000553321-2018-12-13T00:00:00Z",
"date": "2018-12-13T00:00:00Z",
"ocid": "ocds-r6ebe6-0000553321",
"initiationType": "tender",
"parties": [
{
"id": "org-32",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.moray.gov.uk"
}
},
{
"id": "org-166",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.moray.gov.uk"
}
},
{
"id": "org-209",
"name": "Bluebird Buses Ltd",
"identifier": {
"legalName": "Bluebird Buses Ltd"
},
"address": {
"streetAddress": "Union Square Bus Station",
"locality": "Aberdeen",
"region": "UKM5",
"postalCode": "AB11 6NA"
},
"contactPoint": {
"telephone": "+44 1224597597"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-169",
"name": "DEVERON COACHES LIMITED",
"identifier": {
"legalName": "DEVERON COACHES LIMITED"
},
"address": {
"streetAddress": "6 UNION ROAD, MACDUFF,ABERDEENSHIRE",
"locality": "ABERDEENSHIRE",
"region": "UK",
"postalCode": "AB44 1UJ"
},
"contactPoint": {
"telephone": "+44 1261832912",
"faxNumber": "+44 1261833761"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-177",
"name": "KINEIL COACHES LTD",
"identifier": {
"legalName": "KINEIL COACHES LTD"
},
"address": {
"streetAddress": "ANDERSON PLACE WESTSHORE INDUSTRIAL ESTATE, FRASERBURGH",
"locality": "ABERDEENSHIRE",
"region": "UKM62",
"postalCode": "AB43 9LG"
},
"contactPoint": {
"telephone": "+44 1346510200",
"faxNumber": "+44 1346516266"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-180",
"name": "Maynes Coaches Ltd",
"identifier": {
"legalName": "Maynes Coaches Ltd"
},
"address": {
"streetAddress": "Cluny Garage, 4 March Road West",
"locality": "Buckie",
"region": "UKM62",
"postalCode": "AB56 4BU"
},
"contactPoint": {
"telephone": "+44 1542831219",
"faxNumber": "+44 1542833572"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-210",
"name": "RS Coaches",
"identifier": {
"legalName": "RS Coaches"
},
"address": {
"streetAddress": "blackstock, sauchen",
"locality": "ilnverurie",
"region": "UKM5",
"postalCode": "AB51 7RD"
},
"contactPoint": {
"telephone": "+44 1330833314",
"faxNumber": "+44 1330833314"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-172",
"name": "SHEARER OF HUNTLY LTD",
"identifier": {
"legalName": "SHEARER OF HUNTLY LTD"
},
"address": {
"streetAddress": "OLD TOLL ROAD, HUNTLY",
"locality": "ABERDEENSHIRE",
"region": "UKM62",
"postalCode": "AB54 6JA"
},
"contactPoint": {
"telephone": "+44 1466792410",
"faxNumber": "+44 1466793926"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
}
],
"buyer": {
"name": "Moray Council",
"id": "org-166"
},
"tender": {
"id": "18/0033",
"title": "18/0033 School, Public and Community Transport Services",
"description": "Passenger Transport",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "60170000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Moray"
},
"deliveryAddresses": [
{
"region": "UKM62"
},
{
"region": "UKM62"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-09-28T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-09-28T12:00:00Z"
},
"documents": [
{
"id": "AUG329174",
"documentType": "contractNotice",
"title": "18/0033 School, Public and Community Transport Services",
"description": "Passenger Transport",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG329174",
"format": "text/html"
},
{
"id": "DEC340049",
"documentType": "awardNotice",
"title": "18/0033 School, Public and Community Transport Services",
"description": "Passenger Transport",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340049",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Passenger Transport services using Large Bus or Coaches",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Criteria",
"description": "20"
},
{
"type": "price",
"description": "80"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "Renewals will be considered at the end of the contract period"
}
}
],
"bidOpening": {
"date": "2018-09-28T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "\"It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = GBP 5000000.00 Public Liability Insurance =GBP 5000000.00",
"minimum": "The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator. Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing. The bidder is required to provide a copy of the last 2 audited financial statements as evidence of their compliance to meet their statutory obligations."
},
{
"type": "technical",
"description": "Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.",
"minimum": "a) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: [Certificate Of Professional Competence] And: b) Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: Certificate Of Professional Competence"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "60170000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "2026"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The bidder must have the following: a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). b. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence the bidder's organisation's environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce, in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints. c. Documented arrangements for providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice. d. Documented arrangements for checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice. e. Documented arrangements checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks. f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.). g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier's environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder's supply chain. (SC Ref:567632)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000553321"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000553321"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "18/0033-1",
"suppliers": [
{
"id": "org-209",
"name": "Bluebird Buses Ltd"
},
{
"id": "org-169",
"name": "DEVERON COACHES LIMITED"
},
{
"id": "org-177",
"name": "KINEIL COACHES LTD"
},
{
"id": "org-180",
"name": "Maynes Coaches Ltd"
},
{
"id": "org-210",
"name": "RS Coaches"
},
{
"id": "org-172",
"name": "SHEARER OF HUNTLY LTD"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "18/0033-1",
"awardID": "18/0033-1",
"status": "active",
"value": {
"amount": 11510435,
"currency": "GBP"
},
"dateSigned": "2018-12-03T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 162-370534"
}
],
"bids": {
"statistics": [
{
"id": "308",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "309",
"measure": "smeBids",
"value": 7,
"relatedLot": "1"
},
{
"id": "310",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "311",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "312",
"measure": "electronicBids",
"value": 7,
"relatedLot": "1"
}
]
}
}