GLASGOW CITY COUNCIL has floated a tender for Contract notice: Taxi services. The project location is United Kingdom and the tender is closing on 27 May 2020. The tender notice number is 170001-2020, while the TOT Ref Number is 42152816. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Taxi services

Deadline : 27 May 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 42152816

Document Ref. No. : 170001-2020

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : GLASGOW CITY COUNCIL
Office Name: Glasgow City Council
Address: Chief Executives Department, City Chambers
Town: Glasgow
Postal Code: G2 1DU
Contact Point: Raji Purba

Phone: +44 1412879077
Fax: +44 1412879399
United Kingdom
Email :caroline.dougan@glasgow.gov.uk
URL :www.glasgow.gov.uk

Tender Details

Object of the contract
Taxi services

Description: Contract notice: Taxi services

Authority Type: Regional or local authority
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: Not specified
Award criteria: The most economic tender
CPV code: 60120000, 64120000, 60120000, 60170000, 60171000, 60120000, 64120000, 60170000, 60171000, 15894210, 55521100, 55524000, 55523100, 55521200
CPV Description: Taxi services.

Courier services.

Hire of passenger transport vehicles with driver.

Hire of passenger cars with driver.

School meals.

Meals-on-wheels services.

School catering services.

School-meal services.

Meal delivery service.

Provision of Taxi and Private Vehicle Hire

Reference Number : GCC004961CPU

The council invites tender bids for the provision of taxi and private vehicle hire services for the purposes of transporting employees, clients/customers and delivery of ready-made meal prepared by council staff.

Provision of a taxi and/or private hire service on an ad-hoc basis (non-scheduled service) mainly for officers/members of the City Council on council business, but in addition to this providing transportation for vulnerable adults, children with additional support needs, children and escorts as and when required.

Runs shall be required 7 days a week, 24 hours (52 weeks of the year) including public holidays.

Journeys will vary on length from 1 mile to 50 miles.

Some of these journeys will form part of a court order so must be complete correctly of which the supplier will be advised at time of placing the order.

Single journeys may require multiple pickups of which the bidder must calculate the most cost-effective route and advise the council.

As stated in document one - Invitation to tender

Financial:

In order to pass the financial check section of the contract, it is mandatory for companies to attain the undernoted:

— bidders must comply with the undernoted financial requirements in order to participate in the tendering process,

— there is a minimum financial requirement that affects trading performance and balance sheet strength,

— financial requirements should be calculated on latest filed accounts with company house,

— for non-UK companies, ratios should be calculated on information contained in most recent audited accounts,

— for sole traders information should be based on accounts independently prepared from a reputable source.

Trading performance:

— an overall positive outcome on pre-tax profits over a 3 year period,

— exceptional items occurring in the normal course of business and non-recurring items can be excluded from the calculation,

— the above would be expressed in the ratio pre-tax profit/turnover,

Balance sheet strength:

— net worth of the organisation must be positive,

— intangibles can be included for purposes of the total assets figure,

— the above would be expressed in the ratio total assets/total liabilities,

— applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements or the period in which they have been trading,

— applicants who do not comply with the above financial requirements but are part of a group, can provide a parent guarantee if the parent company satisfies the financial requirements stipulated above,

— where an applicant is a group of economic operators (such as a consortium), the lead party of that group must comply with the minimum financial requirements.

Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their two (2) recent sets of annual audited accounts including profit and loss information.

The council reserves the right at its own discretion to seek such other information from the bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder`s economic and financial standing.

Bidders who are subsequently appointed to the framework shall, during the lifetime of the framework agreement, inform the council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the bidder no longer meet the requirements set out in this ESPD.

Any bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.

Economic operators may be excluded from this competition if they are in any situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Information regarding the European Single Procurement document and contracting authority specific requirements can all be found in "Document two" Supplier Guidance Document, which is available within the attachment area of Public Contracts Scotland.

For ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants should hold the relevant certificates for Quality Control, Environmental Management Services and Health & Safety. If bidders do not hold the relevant certificates, they will be required to respond to supporting questions as detailed in Document Two at the Request For Documentation Stage.

Freedom of Information Act — Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information).

Tenderers amendments — Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer.

Prompt payment — The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council`s satisfaction that all funds due to the tenderer`s permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any.

Non Collusion — Applicants will be required to complete the non collusion certificate.

Insurance mandate - All successful suppliers will be required to sign an insurance mandate, contained in the buyers attachments area within the PCS tender portal authorising the council to request copies of insurance documents from the supplier`s insurance provider. If the mandate is not signed and returned the council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.

Terms and conditions are located within the attachments area within the PCS tender portal (Document eight)

Additional information pertaining to this contract notice is contained in the Invitation to Tender (Document one) and ESPD Statements (Document two) documents situated within the attachments area of PCS-T.

Bidders must ensure they read all the nine attachments available in the suppliers attachment area in line with this contract notice.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 14931. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The contracting authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

the council does not foresee bidders sub contracting this service.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The council is seeking mandatory community benefits, please refer to document one-Invitation to tender document (SC Ref:616693).


Internet address (URL): www.glasgow.gov.uk

Documents

 Tender Notice