Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Telephone: +44 1315296432
E-mail: ben.fulton@edinburgh.gov.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
CT1318 DPS for Provision of Supported Bus Services
Reference number: CT1318
II.1.2) Main CPV code
60112000
II.1.3) Type of contract
Services
II.1.4) Short 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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
10 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
34121100
60100000
60112000
II.2.3) Place of performance
NUTS code:
UKM75
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
A dynamic purchasing system was set up
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-013594
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/06/2024
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Midland Bluebird Limited
Carmuirs House , 300 Stirling Road
Larbert
FK5 3NJ
UK
NUTS: UKM76
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 10 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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:773580)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chamber Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
25/07/2024