Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Greenwich
Procurement and Business Services, Southwood Lodge, Avery Hill Campus, Avery Hill Road, Eltham
London
SE9 2UG
UK
Contact person: https://intendhost.co.uk/universityofgreenwich/
Telephone: +44 2083318294
E-mail: tenders@gre.ac.uk
NUTS: UKJ
Internet address(es)
Main address: http://www.gre.ac.uk/
Address of the buyer profile: http://www.gre.ac.uk/offices/procurement
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://in-tendhost.co.uk/universityofgreenwich
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/universityofgreenwich
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://in-tendhost.co.uk/universityofgreenwich
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Scheduled Bus and Coach Services 2019-2024
Reference number: EFD-60172000-IH-2019
II.1.2) Main CPV code
60172000
II.1.3) Type of contract
Services
II.1.4) Short description
Contract to provide scheduled bus and coach services.
Services are provided solely for the University “community”. They are not open to members of the public or children.
The services comprise six scheduled bus/coach routes. These shall operate Monday to Friday except Bank Holidays. There are no services from 24 December to 1 January when the University is closed.
The Medway service requires passengers to purchase tickets in advance. There is no requirement for drivers to sell tickets or handle cash. On other routes the service is currently free of charge.
The services are designed to complement travel to lectures and social events particularly from student halls of residence at Avery Hill, support the recruitment of commuter students travelling between London and Medway, and facilitate intercampus business journeys by staff. They are therefore of major strategic importance to the University.
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60130000
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
South East (ENGLAND).
II.2.4) Description of the procurement
The University is seeeking to appoint a contractor to operate scheduled bus and coach services for the transportation of students and staff between its main sites in Greenwich, Avery Hill, Medway and Woolwich and serving Falconwood railway station. Operated over 6 routes. Services are operated Monday to Friday, except Bank Holidays and 24 Dec to 1 Jan. Services are not open to the general public. It is intended that the form of contract used will be NEC4 Termed Service Contract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mobilisation and transition
/ Weighting: 2
Quality criterion: Contract management and resourcing
/ Weighting: 10
Quality criterion: Performance, quality management and auditing
/ Weighting: 5
Quality criterion: Environmental performance
/ Weighting: 5
Quality criterion: Human resources
/ Weighting: 10
Quality criterion: Health and safety management
/ Weighting: 5
Quality criterion: Delivery of bus services
/ Weighting: 10
Quality criterion: Vehicles
/ Weighting: 10
Quality criterion: Social responsibility
/ Weighting: 3
Cost criterion: Total contract price
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
6 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend the contract by up to 2 years in 2 separate 12 month periods which is exercisable at UoG's discretion.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Details of the criteria and evaluation marking scheme provided in the procurement documents.
II.2.10) Information about variants
Variants will be accepted:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Licenced passenger transport service providers only.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Performance of the transport services will be measured using key performance indicators in accordance with industry good practice.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/04/2019
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
29/04/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=380176005
GO Reference: GO-2019318-PRO-14451247
VI.4) Procedures for review
VI.4.1) Review body
University of Greenwich
Old Royal College, Park Row, Greenwich
London
SE10 9LS
UK
Telephone: +44 2083318870
VI.4.4) Service from which information about the review procedure may be obtained
University of Greenwich
Procurement and Business Services, Southwood Lodge, Avery Hill Road
London
SE9 2UG
UK
Telephone: +44 2083318899
VI.5) Date of dispatch of this notice
18/03/2019