Contract notice

Information

Published

Expire date: 15/11/2023

External Reference: 2023-560417

FTS Reference: 2023-030525

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

University of Kent
XN5452
The Registry
Canterbury, Kent
CT2 7NZ
UK
Contact person: Max Hubbard
NUTS code:  UKJ4 -  Kent
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73653&B=UNIVERSITYKENT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Campus Shuttle Bus Service
Reference number:  MH23_001
II.1.2)

Main CPV code

60172000  -  Hire of buses and coaches with driver
II.1.3)

Type of contract

Services
II.1.4)

Short description

The main purpose of this Contract is for the provision of a shuttle bus service operating between the University’s two main campuses that are Canterbury and Medway.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

60000000  -  Transport services (excl. Waste transport)
60100000  -  Road transport services
60130000  -  Special-purpose road passenger-transport services
60172000  -  Hire of buses and coaches with driver
II.2.3)

Place of performance

NUTS code:  UKJ4 -  Kent
II.2.4)

Description of the procurement

The main purpose of this Contract is for the provision of a shuttle bus service operating between the University’s two main campuses that are Canterbury and Medway.
This service operates during the academic term times and is for the students and staff of the University of Kent.
This service provision may be extended to other partnering Universities in the future, in the Canterbury and Medway geographical area (subject to further discussion and negotiation with the successful Contractor).
The Service Provider must hold a valid Public Service Operators Licence and provide suitable coaches with competent and trained drivers to operate this service.
The Service shall consist of suitably sized coaches to run concurrently from each campus daily operating a day, evening and weekend service accommodating the booking demands for every journey. (The present service consists of two 29 seater coaches and a 52 seater operating as and when the demand requires).
The Service Provider is expected to be proactive in monitoring the demand times and to be flexible in the supply of service by accommodating the peak demand times with a larger vehicle when necessary.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 15/01/2024  /  End: 19/06/2026
This contract is subject to renewal: yes
Description of renewals:  
The contract will commence on the 15/01/2024 and run for a period of three (3) years until 19/06/2026 which will be agreed on an annual basis in 12 month instalments (1+1+1+1+1).
The University reserves the right to extend the contract for two additional years at the end of the original contract period, which will be agreed annually in 12 month instalments.
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.1.2)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/11/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  15/11/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.4)

Procedures for review

VI.4.1)

Review body

Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address: http://www.cedr.com

VI.4.2)

Body responsible for mediation procedures

Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address: http://www.cedr.com

VI.4.4)

Service from which information about the review procedure may be obtained

Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address: http://www.cedr.com