Contract award notice

Information

Published

External Reference: 2024-555666

FTS Reference: 2024-007290

Contract award notice

Contract award notice

Results of the procurement procedure

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.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.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  1163410.00  GBP
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

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  60
Price  -  Weighting:  40
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

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.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2023/S 000-030525

Section V: Award of contract

Contract No: 1

Title: Campus Shuttle Bus Service

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

15/01/2024
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Zeelo Ltd
GB251424336
110 Clifton Street
London
EC2A 4HT
UK
Telephone: +44 7943192460
NUTS code:  UKJ4 -  Kent
Internet address: http://https://zeelo.co/

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  1163410.00  GBP
Lowest offer:  1163410.00  GBP / Highest offer:  3000343.00  GBP   taken into consideration

Section VI: Complementary information

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