Notice Information
Notice Title
Provision of Taxi and Private Vehicle Hire
Notice Description
The council requires Bidders to submit bids for the Provision of Taxi and Private Vehicle Hire Services for the purposes of transporting employees, clients/ customers of the council and staff. Furthermore, due to the nature of this framework, the council is looking to contract with organisations who can offer a fleet of vehicles to include wheelchair access and can facilitate dedicated drivers in order to ensure that vulnerable passengers have safe travel arrangements in place. All drivers must have valid enhanced disclosure clearance of which the council requires "Protecting Vulnerable Groups (PVG) Scheme" membership. This is required for all drivers who are conducting Regulated Work on behalf of the council in accordance with the terms of Part 2 of Schedule 2 of the PVG (Scotland) Act. Services will be required mainly across Glasgow boundary as defined as lot 1 and in areas outside of the city as defined as lot 2 for the transportation of passengers Lot 1 -Scheduled and Unscheduled Work - commencing within Glasgow Boundary Lot 2 -Unscheduled - commencing outwith Glasgow Boundary The council uses a unique innovative structure to deliver services to Glasgow's citizens. The council family has established a network of wholly and partly owned Arms' Length External Organisations ("ALEOs") which now provide services to and on behalf of the council. Within the council family the main users of this framework shall be Education Services and Glasgow Health & Social Care Partnership, of which Education Services are the lead department. Bidders should note that the following external organisations will be using this framework:- 1-Glasgow Caledonian University 2-Glasgow kelvin College 3-City of Glasgow 4-Glasgow School of Arts 5-The University of Glasgow 6-The University of Strathclyde 7-Wheatley Housing Group 8-Disclosure Scotland 9-Glasgow Clyde College 10-Scottish Prison Service
Lot Information
Lot 1 - Scheduled and Unscheduled Work - Commencing within Glasgow Boundary
Lot 1: Schedule and Non-Scheduled Journeys- Glasgow Boundary Scheduled Element Provision of taxi and/or private vehicle hire service on a scheduled for the transportation of vulnerable adults, children with additional support needs, young people, children, escorts and officers/members of the council on business. -Runs shall be required 7 days a week, 24 hours (52 weeks of the year) including Public holidays. Note for Education runs are required 5 days a week during term time. -Single journeys can vary in length but will generally be up to 50 miles. -Some of these journeys will form part of a court order so must be completed correctly of which the Supplier will be advised at time of placing the order. -Single journeys may require multiple pickups of which the Bidder must calculate the most cost-effective route and advise the council. Unscheduled Element Provision of a taxi and/or private hire service on unscheduled service mainly for officers/members of the council that are undertaking council business, but in addition to this providing transportation for vulnerable adults, children with additional support needs, children and escorts as and when required. -Runs shall be required 7 days a week, 24 hours (52 weeks of the year) including public holidays. -Journeys will vary on length from 1 mile to 50 miles. -Some of these journeys will form part of a court order so must be complete correctly of which the supplier will be advised at time of placing the order. -Single journeys may require multiple pickups of which the bidder must calculate the most cost-effective route and advise the council. All drivers must have valid enhanced disclosure clearance of which the council requires "Protecting Vulnerable Groups (PVG) Scheme" membership. This is required for all drivers who are conducting Regulated Work on behalf of the council in accordance with the terms of Part 2 of Schedule 2 of the PVG (Scotland) Act. Furthermore, due to the nature of this framework, the council is looking to contract with organisations who can offer a fleet of vehicles to include wheelchair access and can facilitate dedicated drivers in order to ensure that vulnerable passengers have safe travel arrangements in place.
Lot 2 - Unscheduled commencing out with Glasgow BoundaryLot 2: Unscheduled - Outwith Glasgow Boundary Provision of a taxi and/or private hire service on an Unscheduled service) mainly for transportation for vulnerable adults, children with additional support needs, children and escorts as and when required. -Runs shall be required 7 days a week, 24 hours (52 weeks of the year) including public holidays. -Journeys will vary on length from 1 mile to 50 miles. -Some of these journeys will form part of a court order so must be complete correctly of which the supplier will be advised at time of placing the order. -Single journeys may require multiple pickups of which the bidder must calculate the most cost-effective route and advise the council. -Bidders will be required to pick up vulnerable passengers from locations outwith Glasgow City Council boundary and to take them to locations within the Glasgow Boundary and vice versa. -The council expects these runs to be located within the Local Authorities area which may change during the framework period dependant on requirements: For both lots, please note during inclement weather conditions assessment of each area of the city should be completed regarding the ability to service the runs. A city-wide decision should not be the default position. Suppliers must keep all services/users updated and advise the council representatives of any issues or concerns which may impact the services. All drivers must have valid enhanced disclosure clearance of which the council requires "Protecting Vulnerable Groups (PVG) Scheme" membership. This is required for all drivers who are conducting Regulated Work on behalf of the council in accordance with the terms of Part 2 of Schedule 2 of the PVG (Scotland) Act. Furthermore, due to the nature of this framework, the council is looking to contract with organisations who can offer a fleet of vehicles to include wheelchair access and can facilitate dedicated drivers in order to ensure that vulnerable passengers have safe travel arrangements in place.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000763825
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY504393
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
64 - Postal and telecommunications services
-
- CPV Codes
60120000 - Taxi services
60170000 - Hire of passenger transport vehicles with driver
60171000 - Hire of passenger cars with driver
64120000 - Courier services
Notice Value(s)
- Tender Value
- £34,000,000 £10M-£100M
- Lots Value
- £7,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 May 20241 years ago
- Submission Deadline
- 6 Jun 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- April 2028
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Additional Buyers
GLASGOW LIFE (CULTURE & SPORT GLASGOW)
- Contact Name
- Alana McGowan, Alison Ng, Amie McCrudden, Dilip Singh, Elizabeth McLaughlin, Jenny Cleworth, Karen Hardisty, Lenore Robson, Lewis Morrison, Neve Beaton, Nicola Pinkerton, Sandra Maclennan
- Contact Email
- amie.mccrudden@cityofglasgowcollege.ac.uk, ang@glasgowkelvin.ac.uk, creditors@citybuildingglasgow.co.uk, elizabeth.mclaughlin@glasgow.ac.uk, fiona.mcinnes@glasgow.gov.uk, jennifer.cleworth@prisons.gov.scot, k.hardisty@gsa.ac.uk, kirstie.higgins@strath.ac.uk, lenore.robson@disclosurescotland.gov.scot, neve.beaton@wheatley-group.com, nicola.pinkerton@jbg.org.uk, procurement@gcu.ac.uk, procurement@glasgowclyde.ac.uk, sandra.maclennan@glasgowlife.org.uk
- Contact Phone
- +141 3143097, +44 1313303778, +44 1412729000, +44 1412743111, +44 1412872200, +44 1412876442, +44 1413306613, +44 1413313578, +44 1413755316, +44 7380525722, +44 77667538890, +44 7811592949, +44 7825823911, +44 7872944282
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond, TLM82 Glasgow City, TLM83 Inverclyde, East Renfrewshire, and Renfrewshire, TLM84 North Lanarkshire, TLM95 South Lanarkshire
-
- Local Authority
- Glasgow City
- Electoral Ward
- Calton
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY504393
Provision of Taxi and Private Vehicle Hire - The council requires Bidders to submit bids for the Provision of Taxi and Private Vehicle Hire Services for the purposes of transporting employees, clients/ customers of the council and staff. Furthermore, due to the nature of this framework, the council is looking to contract with organisations who can offer a fleet of vehicles to include wheelchair access and can facilitate dedicated drivers in order to ensure that vulnerable passengers have safe travel arrangements in place. All drivers must have valid enhanced disclosure clearance of which the council requires "Protecting Vulnerable Groups (PVG) Scheme" membership. This is required for all drivers who are conducting Regulated Work on behalf of the council in accordance with the terms of Part 2 of Schedule 2 of the PVG (Scotland) Act. Services will be required mainly across Glasgow boundary as defined as lot 1 and in areas outside of the city as defined as lot 2 for the transportation of passengers Lot 1 -Scheduled and Unscheduled Work - commencing within Glasgow Boundary Lot 2 -Unscheduled - commencing outwith Glasgow Boundary The council uses a unique innovative structure to deliver services to Glasgow's citizens. The council family has established a network of wholly and partly owned Arms' Length External Organisations ("ALEOs") which now provide services to and on behalf of the council. Within the council family the main users of this framework shall be Education Services and Glasgow Health & Social Care Partnership, of which Education Services are the lead department. Bidders should note that the following external organisations will be using this framework:- 1-Glasgow Caledonian University 2-Glasgow kelvin College 3-City of Glasgow 4-Glasgow School of Arts 5-The University of Glasgow 6-The University of Strathclyde 7-Wheatley Housing Group 8-Disclosure Scotland 9-Glasgow Clyde College 10-Scottish Prison Service
Notice URLs
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-r6ebe6-0000763825-2024-05-02T00:00:00Z",
"date": "2024-05-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000763825",
"initiationType": "tender",
"parties": [
{
"id": "org-66",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers, 40 John Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "fiona.mcinnes@glasgow.gov.uk",
"telephone": "+44 1412876442",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-113",
"name": "The Wheatley Housing Group Limited",
"identifier": {
"legalName": "The Wheatley Housing Group Limited"
},
"address": {
"streetAddress": "25 Cochrane Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1HL"
},
"contactPoint": {
"name": "Neve Beaton",
"email": "neve.beaton@wheatley-group.com",
"telephone": "+44 7825823911"
},
"roles": [
"buyer"
]
},
{
"id": "org-114",
"name": "Disclosure Scotland",
"identifier": {
"legalName": "Disclosure Scotland"
},
"address": {
"streetAddress": "1 Pacific Quay",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"name": "Lenore Robson",
"email": "lenore.robson@disclosurescotland.gov.scot",
"telephone": "+141 3143097"
},
"roles": [
"buyer"
]
},
{
"id": "org-94",
"name": "Scottish Prison Service",
"identifier": {
"legalName": "Scottish Prison Service"
},
"address": {
"streetAddress": "One Lochside, 1 Lochside Avenue",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH12 9DJ"
},
"contactPoint": {
"name": "Jenny Cleworth",
"email": "Jennifer.Cleworth@prisons.gov.scot",
"telephone": "+44 1313303778",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
}
],
"url": "http://www.sps.gov.uk"
}
},
{
"id": "org-79",
"name": "University of Strathclyde",
"identifier": {
"legalName": "University of Strathclyde"
},
"address": {
"streetAddress": "McCance Building, 16 Richmond Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1XQ"
},
"contactPoint": {
"email": "kirstie.higgins@strath.ac.uk",
"telephone": "+44 7811592949",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.strath.ac.uk/"
}
},
{
"id": "org-115",
"name": "Glasgow Caledonian University",
"identifier": {
"legalName": "Glasgow Caledonian University"
},
"address": {
"streetAddress": "70 Cowcaddens Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0BA"
},
"contactPoint": {
"name": "Alana McGowan",
"email": "procurement@gcu.ac.uk",
"telephone": "+44 1413313578"
},
"roles": [
"buyer"
]
},
{
"id": "org-116",
"name": "City of Glasgow College",
"identifier": {
"legalName": "City of Glasgow College"
},
"address": {
"streetAddress": "190 Cathedral Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0RF"
},
"contactPoint": {
"name": "Amie McCrudden",
"email": "amie.mccrudden@cityofglasgowcollege.ac.uk",
"telephone": "+44 1413755316"
},
"roles": [
"buyer"
]
},
{
"id": "org-102",
"name": "Glasgow Clyde College",
"identifier": {
"legalName": "Glasgow Clyde College"
},
"address": {
"streetAddress": "Cardonald Campus, 690 Mosspark Drive",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G52 3AY"
},
"contactPoint": {
"name": "Lewis Morrison",
"email": "procurement@glasgowclyde.ac.uk",
"telephone": "+44 1412729000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.glasgowclyde.ac.uk"
}
},
{
"id": "org-117",
"name": "Glasgow Kelvin College",
"identifier": {
"legalName": "Glasgow Kelvin College"
},
"address": {
"streetAddress": "123 Flemington St",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4TD"
},
"contactPoint": {
"name": "Alison Ng",
"email": "ang@glasgowkelvin.ac.uk",
"telephone": "+44 7380525722"
},
"roles": [
"buyer"
]
},
{
"id": "org-48",
"name": "University of Glasgow",
"identifier": {
"legalName": "University of Glasgow"
},
"address": {
"streetAddress": "Procurement Office, Tay House",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G12 8QQ"
},
"contactPoint": {
"name": "Elizabeth McLaughlin",
"email": "Elizabeth.McLaughlin@glasgow.ac.uk",
"telephone": "+44 1413306613",
"faxNumber": "+44 0000000000",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.gla.ac.uk/"
}
},
{
"id": "org-118",
"name": "The Glasgow School of Art",
"identifier": {
"legalName": "The Glasgow School of Art"
},
"address": {
"streetAddress": "167 Renfrew Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G3 6RQ"
},
"contactPoint": {
"name": "Karen Hardisty",
"email": "k.hardisty@gsa.ac.uk",
"telephone": "+44 7872944282"
},
"roles": [
"buyer"
]
},
{
"id": "org-119",
"name": "Glasgow Life (Culture & Sport Glasgow)",
"identifier": {
"legalName": "Glasgow Life (Culture & Sport Glasgow)"
},
"address": {
"streetAddress": "38 Albion Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1LH"
},
"contactPoint": {
"name": "Sandra Maclennan",
"email": "sandra.maclennan@glasgowlife.org.uk",
"telephone": "+44 77667538890"
},
"roles": [
"buyer"
]
},
{
"id": "org-120",
"name": "City Building (Glasgow) LLP",
"identifier": {
"legalName": "City Building (Glasgow) LLP"
},
"address": {
"streetAddress": "350 Darnick Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4BA"
},
"contactPoint": {
"name": "Dilip Singh",
"email": "creditors@citybuildingglasgow.co.uk",
"telephone": "+44 1412872200"
},
"roles": [
"buyer"
]
},
{
"id": "org-121",
"name": "Jobs & Business Glasgow",
"identifier": {
"legalName": "Jobs & Business Glasgow"
},
"address": {
"streetAddress": "Ladywell Business Centre, 94 Duke Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0UW"
},
"contactPoint": {
"name": "Nicola Pinkerton",
"email": "nicola.pinkerton@jbg.org.uk",
"telephone": "+44 1412743111"
},
"roles": [
"buyer"
]
},
{
"id": "org-58",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-66"
},
"tender": {
"id": "GCC005912CPU",
"title": "Provision of Taxi and Private Vehicle Hire",
"description": "The council requires Bidders to submit bids for the Provision of Taxi and Private Vehicle Hire Services for the purposes of transporting employees, clients/ customers of the council and staff. Furthermore, due to the nature of this framework, the council is looking to contract with organisations who can offer a fleet of vehicles to include wheelchair access and can facilitate dedicated drivers in order to ensure that vulnerable passengers have safe travel arrangements in place. All drivers must have valid enhanced disclosure clearance of which the council requires \"Protecting Vulnerable Groups (PVG) Scheme\" membership. This is required for all drivers who are conducting Regulated Work on behalf of the council in accordance with the terms of Part 2 of Schedule 2 of the PVG (Scotland) Act. Services will be required mainly across Glasgow boundary as defined as lot 1 and in areas outside of the city as defined as lot 2 for the transportation of passengers Lot 1 -Scheduled and Unscheduled Work - commencing within Glasgow Boundary Lot 2 -Unscheduled - commencing outwith Glasgow Boundary The council uses a unique innovative structure to deliver services to Glasgow's citizens. The council family has established a network of wholly and partly owned Arms' Length External Organisations (\"ALEOs\") which now provide services to and on behalf of the council. Within the council family the main users of this framework shall be Education Services and Glasgow Health & Social Care Partnership, of which Education Services are the lead department. Bidders should note that the following external organisations will be using this framework:- 1-Glasgow Caledonian University 2-Glasgow kelvin College 3-City of Glasgow 4-Glasgow School of Arts 5-The University of Glasgow 6-The University of Strathclyde 7-Wheatley Housing Group 8-Disclosure Scotland 9-Glasgow Clyde College 10-Scottish Prison Service",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "64120000",
"scheme": "CPV"
},
{
"id": "60120000",
"scheme": "CPV"
},
{
"id": "60170000",
"scheme": "CPV"
},
{
"id": "60171000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "64120000",
"scheme": "CPV"
},
{
"id": "60120000",
"scheme": "CPV"
},
{
"id": "60170000",
"scheme": "CPV"
},
{
"id": "60171000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM83"
},
{
"region": "UKM81"
},
{
"region": "UKM95"
},
{
"region": "UKM84"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 34000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2024-06-06T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-06-06T12:00:00Z"
},
"documents": [
{
"id": "MAY504393",
"documentType": "contractNotice",
"title": "Provision of Taxi and Private Vehicle Hire",
"description": "The council requires Bidders to submit bids for the Provision of Taxi and Private Vehicle Hire Services for the purposes of transporting employees, clients/ customers of the council and staff. Furthermore, due to the nature of this framework, the council is looking to contract with organisations who can offer a fleet of vehicles to include wheelchair access and can facilitate dedicated drivers in order to ensure that vulnerable passengers have safe travel arrangements in place. All drivers must have valid enhanced disclosure clearance of which the council requires \"Protecting Vulnerable Groups (PVG) Scheme\" membership. This is required for all drivers who are conducting Regulated Work on behalf of the council in accordance with the terms of Part 2 of Schedule 2 of the PVG (Scotland) Act. Services will be required mainly across Glasgow boundary as defined as lot 1 and in areas outside of the city as defined as lot 2 for the transportation of passengers Lot 1 -Scheduled and Unscheduled Work - commencing within Glasgow Boundary Lot 2 -Unscheduled - commencing outwith Glasgow Boundary The council uses a unique innovative structure to deliver services to Glasgow's citizens. The council family has established a network of wholly and partly owned Arms' Length External Organisations (\"ALEOs\") which now provide services to and on behalf of the council. Within the council family the main users of this framework shall be Education Services and Glasgow Health & Social Care Partnership, of which Education Services are the lead department. Bidders should note that the following external organisations will be using this framework:- 1-Glasgow Caledonian University 2-Glasgow kelvin College 3-City of Glasgow 4-Glasgow School of Arts 5-The University of Glasgow 6-The University of Strathclyde 7-Wheatley Housing Group 8-Disclosure Scotland 9-Glasgow Clyde College 10-Scottish Prison Service",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY504393",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Lot 1 - Scheduled and Unscheduled Work - Commencing within Glasgow Boundary",
"description": "Lot 1: Schedule and Non-Scheduled Journeys- Glasgow Boundary Scheduled Element Provision of taxi and/or private vehicle hire service on a scheduled for the transportation of vulnerable adults, children with additional support needs, young people, children, escorts and officers/members of the council on business. -Runs shall be required 7 days a week, 24 hours (52 weeks of the year) including Public holidays. Note for Education runs are required 5 days a week during term time. -Single journeys can vary in length but will generally be up to 50 miles. -Some of these journeys will form part of a court order so must be completed correctly of which the Supplier will be advised at time of placing the order. -Single journeys may require multiple pickups of which the Bidder must calculate the most cost-effective route and advise the council. Unscheduled Element Provision of a taxi and/or private hire service on unscheduled service mainly for officers/members of the council that are undertaking council business, but in addition to this providing transportation for vulnerable adults, children with additional support needs, children and escorts as and when required. -Runs shall be required 7 days a week, 24 hours (52 weeks of the year) including public holidays. -Journeys will vary on length from 1 mile to 50 miles. -Some of these journeys will form part of a court order so must be complete correctly of which the supplier will be advised at time of placing the order. -Single journeys may require multiple pickups of which the bidder must calculate the most cost-effective route and advise the council. All drivers must have valid enhanced disclosure clearance of which the council requires \"Protecting Vulnerable Groups (PVG) Scheme\" membership. This is required for all drivers who are conducting Regulated Work on behalf of the council in accordance with the terms of Part 2 of Schedule 2 of the PVG (Scotland) Act. Furthermore, due to the nature of this framework, the council is looking to contract with organisations who can offer a fleet of vehicles to include wheelchair access and can facilitate dedicated drivers in order to ensure that vulnerable passengers have safe travel arrangements in place.",
"status": "active",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Fair Working Practice",
"description": "5"
},
{
"type": "price",
"description": "45"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "2",
"title": "Lot 2 - Unscheduled commencing out with Glasgow Boundary",
"description": "Lot 2: Unscheduled - Outwith Glasgow Boundary Provision of a taxi and/or private hire service on an Unscheduled service) mainly for transportation for vulnerable adults, children with additional support needs, children and escorts as and when required. -Runs shall be required 7 days a week, 24 hours (52 weeks of the year) including public holidays. -Journeys will vary on length from 1 mile to 50 miles. -Some of these journeys will form part of a court order so must be complete correctly of which the supplier will be advised at time of placing the order. -Single journeys may require multiple pickups of which the bidder must calculate the most cost-effective route and advise the council. -Bidders will be required to pick up vulnerable passengers from locations outwith Glasgow City Council boundary and to take them to locations within the Glasgow Boundary and vice versa. -The council expects these runs to be located within the Local Authorities area which may change during the framework period dependant on requirements: For both lots, please note during inclement weather conditions assessment of each area of the city should be completed regarding the ability to service the runs. A city-wide decision should not be the default position. Suppliers must keep all services/users updated and advise the council representatives of any issues or concerns which may impact the services. All drivers must have valid enhanced disclosure clearance of which the council requires \"Protecting Vulnerable Groups (PVG) Scheme\" membership. This is required for all drivers who are conducting Regulated Work on behalf of the council in accordance with the terms of Part 2 of Schedule 2 of the PVG (Scotland) Act. Furthermore, due to the nature of this framework, the council is looking to contract with organisations who can offer a fleet of vehicles to include wheelchair access and can facilitate dedicated drivers in order to ensure that vulnerable passengers have safe travel arrangements in place.",
"status": "active",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Fair Working Practice",
"description": "5"
},
{
"type": "price",
"description": "45"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2
},
"bidOpening": {
"date": "2024-06-06T12:00:00Z",
"address": {
"streetAddress": "Glasgow"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Key Performance Indicators as detailed Terms and Conditions - Document Four and Document One- ITT"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As stated in:- Document One - Invitation to Tender Document and Document Two - Technical Specification"
},
{
"type": "economic",
"description": "Economic & Financial Standing This section seeks to assess Bidders Economic and Financial Standing as well as the ability to meet the Council's minimum Insurance requirements as set out below and included within the Contract Notice. Financial Check In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted: - Bidders must comply with the undernoted financial requirements in order to participate in the tendering process: - There is a minimum financial requirement that affects trading performance, and balance sheet strength. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts. accounts with Companies House Trading Performance An overall positive outcome on EBITDA earnings over a 3-year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio EBITDA/Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation. and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required for the last 2 individual years filed in order for the 3-year profitability requirement to be verified. An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. Applicants who have been trading for less than the 3 years noted above must provide. evidence that they are complying with the above minimum financial requirements. for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part. of a Group, can provide a Parent Guarantee (in the Council style) if the Parent company satisfies the financial requirements stipulated above. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing. Applicants who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini competition should the Applicant no longer meet the requirements set out in this SPD. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
"minimum": "INSURANCES Glasgow City Council's Insurance Requirements are: -Applicants shall take out and maintain, throughout the period of the Framework, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one event and unlimited in the period. -Applicants shall take out and maintain, throughout the period of the Framework, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one event and unlimited in the period. -Applicants shall take out and maintain, throughout the period of the Framework, Abuse cover to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one claim, without limit to the number of claims or; Abuse cover to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one claim, and in the aggregate. The policy must be arranged on a 'claims occurring' basis. Please note cover arranged on a claims made basis will not be accepted by Glasgow City Council. -Applicants shall take out and maintain throughout the period of the Framework, at least statutory Motor insurance cover as per the Road Traffic Act 1988. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained."
},
{
"type": "technical",
"description": "Please refer to \"Document One\" Stage 2 - Technical & Professional Ability of which Bidders MUST answer all the questions. This section has a weighted scored of 100%. Each question/example contained within this section will be given individual scores which total to 100% e.g. 4C.1 Please provide 2 relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice:(Examples from both public and/or private sector customers and clients may be provided) Example 1 40% Example 2 40% 4C.9 Please provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise. 20% Total Section 100% EVALUATION PROCESS A minimum pass mark of 60% out of 100% is required in total for this section. Any Bidder who fails to achieve the minimum score for this section will be excluded at this stage.",
"minimum": "All drivers must have valid enhanced disclosure clearance of which the council requires \"Protecting Vulnerable Groups (PVG) Scheme\" membership. This is required for all drivers who are conducting Regulated Work on behalf of the council in accordance with the terms of Part 2 of Schedule 2 of the PVG (Scotland) Act. Furthermore, due to the nature of this framework, the council is looking to contract with organisations who can offer a fleet of vehicles to include wheelchair access and can facilitate dedicated drivers in order to ensure that vulnerable passengers have safe travel arrangements in place."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true
},
"classification": {
"id": "60120000",
"scheme": "CPV"
},
"reviewDetails": "Precise information on deadline(s) for review procedures: Glasgow City Council must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 86 of The Public Contract (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"hasRecurrence": true,
"recurrence": {
"description": "April 2028"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants should hold the relevant certificates for Quality Control, Environmental Management Services and Health & Safety. If bidders do not hold the relevant certificates, they will be required to respond to supporting questions which have been added to the technical envelope. Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Non Collusion -- Applicants will be required to complete the Non Collusion certificate. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the attachments area within the PCS Tender portal (Document Four) Additional information pertaining to this contract notice is contained in the Invitation to Tender (Document One) and Technical Specification (Document Two) documents situated within the attachments area of PCS-T. Bidders must ensure they read all the attachments available in the suppliers attachment area in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26246. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: The council does not foresee bidders sub contracting this service. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: The council is seeking Mandatory Community Benefits, please refer to Document One -Invitation to Tender document (SC Ref:763825)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000763825"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}