{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05549c-2025-06-27T08:51:07+01:00",
    "date": "2025-06-27T08:51:07+01:00",
    "ocid": "ocds-h6vhtk-05549c",
    "description": "All contracts officially start 19th August 2025, apart from Greenfield Academy, which will not start until Monday 25th August 2025 NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=802777. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:802777) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=802777",
    "initiationType": "tender",
    "tender": {
        "id": "DCC/CF/19/25",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ITT for School to College Bus Transport",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "60000000",
            "description": "Transport services (excl. Waste transport)"
        },
        "mainProcurementCategory": "services",
        "description": "The transportation via bus of Senior Pupils within Dundee City Schools to College Campus either Gardyne Campus or Kingsway Campus, Dundee",
        "lots": [
            {
                "id": "1",
                "description": "Transportation via Bus of Senior Pupils within Dundee Schools to College Campus, either Gardyne or Kingsway Campus'",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Compliance with Specification of Requirements",
                            "type": "quality",
                            "description": "pass/fail"
                        },
                        {
                            "name": "Duty of Care, Health and Safety & Risk Management",
                            "type": "quality",
                            "description": "pass/fail"
                        },
                        {
                            "name": "PVG Scheme Disclosure",
                            "type": "quality",
                            "description": "pass/fail"
                        },
                        {
                            "name": "Environment",
                            "type": "quality",
                            "description": "pass/fail"
                        },
                        {
                            "name": "Delivery of Contract and Quality of Service and Contingencies",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "90"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2025-08-19T00:00:00+01:00",
                    "endDate": "2027-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Optional extension for 1 + 1 academic years"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "60000000",
                        "description": "Transport services (excl. Waste transport)"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    }
                ],
                "deliveryLocation": {
                    "description": "Dundee City"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Supplier must be the holder of a current relevant Public Service Vehicle (PSV) Operator's Licence. The Supplier shall produce the licence for inspection when required to do so by the Purchaser. All drivers shall be in possession of a valid Passenger Carrying Vehicle (PCV) Driver's Licence for the type of Public Service Vehicles (PSV) vehicle being driven. It is the Supplier's legal duty to ensure that drivers employed by the Supplier engaged in the delivery of education transport contracts must be appropriately vetted. Drivers will require to be a member of the Protecting Vulnerable Groups (PVG) Scheme for those working with children under and been approved by the Purchaser. The Supplier will be expected to ensure that any drivers providing the Service submit the appropriate application to form to Disclosure Scotland within 7 days of appointment to the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability. It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability. Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide their audited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size. As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence: A business plan for a minimum 3-year trading period setting out projected annual average turnover; audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, and letter of support for the bidder's bank setting out the level of financial support available to the business from the bank and for how long that is available. A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what information, such as a business plan for the period 01/04/2024 - 31/03/2027, was considered by the bank in deciding to make that support available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all Questionnaire responses so the provision of as much information as possible is encouraged. All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seek additional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference. Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee. Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Score check score of 35 or above. Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35 or above The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The Supplier must be the holder of a current relevant Public Service Vehicle (PSV) Operator's Licence. The Supplier shall produce the licence for inspection when required to do so by the Purchaser."
                }
            ]
        },
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-07-28T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2025-07-28T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-07-28T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-122330",
            "name": "Dundee City Council",
            "identifier": {
                "legalName": "Dundee City Council"
            },
            "address": {
                "streetAddress": "Dundee House, 50 North Lindsay Street",
                "locality": "Dundee",
                "region": "UKM71",
                "postalCode": "DD1 1QE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Claire Petrie",
                "telephone": "+44 1382433401",
                "email": "claire.petrie@dundeecity.gov.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.dundeecity.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-56970",
            "name": "Dundee Sherriff Court",
            "identifier": {
                "legalName": "Dundee Sherriff Court"
            },
            "address": {
                "streetAddress": "6 West Bell Street",
                "locality": "Dundee",
                "postalCode": "DD1 9AD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "enquiries@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.scotcourts.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-122330",
        "name": "Dundee City Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000802777"
        }
    ],
    "language": "en"
}