Schools Bus Franchises
A Contract Award Notice
by GREATER MANCHESTER COMBINED AUTHORITY
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £320K-£4M
- Sector
- TRANSPORT
- Published
- 05 Jul 2023
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
North West England:
1 buyer
- Greater Manchester Combined Authority Manchester
3 suppliers
- Vision Bolton
- Greater Manchester Buses South Stockport
- Vision Bus Bolton
Description
In accordance with the provisions of the Transport Act 2000 (as amended by the Bus Services Act 2017) and having followed the legislative procedure set out within the same, the Mayor of Greater Manchester decided on 25th March 2021 to introduce a bus franchising scheme for the entire Greater Manchester Combined Authority ('GMCA') area. As the executive body with responsibility for various transport functions on behalf of the GMCA, TfGM is responsible for various functions associated with the implementation and operation of the franchising scheme, including but not limited to undertaking and managing the procurement process for the school service franchises. The GMCA will be the contracting entity and the bus franchising scheme will be overseen and managed by Transport for Greater Manchester ('TfGM'), including the procurement of Schools Bus Franchises services, on behalf of the GMCA. The procurement of Schools Bus Franchises packages will take place in three tranches which will align with the three franchises in which Large and Small franchises are being procured. These franchises will not all be introduced simultaneously, due to various transitional and implementation issues that will need to be addressed. The School Bus Franchises will be tendered in three Franchise Tranches determined by geographical area, as follows: (i) The first Schools Franchise Tranche (broadly covering Bolton, Salford and Wigan), is expected to contain 23 schools only franchises; Page 4 to 43 (ii) The second Schools Franchise Tranche (broadly covering Bury, Rochdale, North Manchester and Oldham) is expected to contain 6 schools only franchises; and (iii) The third Schools Franchise Tranche (broadly covering Tameside, Stockport, South Manchester and Trafford) is expected to contain around 25 schools only franchises. TfGM requires schools services to commence on the first day of the 2023/24 academic year (the actual date will be confirmed and may vary depending on the school served), which is before the period that local service contracts can be awarded under TfGM’s delegated powers from GMCA under section 123A of the Transport Act 2000. Due to this, the successful Tenderer for each package will also be contracted by TfGM under TfGM’s delegated powers under section 9A of the Transport Act 1968 (and the Manchester City Council Report for Resolution following the Greater Manchester Combined Authority (Functions and Amendments) Order 2019 No. 793) and sections 89-92 of the Transport Act 1985 as a secured service contract for the period from 1 September 2023 to 17 September 2023 (under the same franchise agreement) and GMCA intends to issue service permits for such services to the extent required to operate such services within the area of the Franchising Scheme prior to such contracts being local service contracts. Schools Bus Franchises Key Principles The key elements of the commercial approach to franchising in Greater Manchester are summarised below. Depots: Operators will be required to provide their own depot facilities. Intelligent Transport Systems (ITS): TfGM will procure contracts for the supply and maintenance of some aspects of the required ITS solution (such as vehicle location, ticketing and driver communications systems) to ensure a standardised approach. The scope of this procurement is to procure contracts under each of the 23 lots (each of which relates to a franchise school package in Tranche 1) based on the schools served, ranging in size from 1 to 13 Peak Vehicle Requirement (PVR).
Lot Division
1 | Lot 1 is referred to as 'Package A - Co-op Academy-Canon Slade'. Within the package there is a Peak Vehicle Requirement of 1 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
2 | Lot 2 is referred to as 'Package B - East Salford'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
3 | Lot 3 is referred to as 'Package C - Salford YSB Package'. Within the package there is a Peak Vehicle requirement of 4 and the services should be operated using a TfGM owned vehicle, which will be leased to the successful tenderer. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
4 | Lot 4 is referred to as 'Package D - Wigan Colleges'. Within the package there is a Peak Vehicle requirement of 10 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
5 | Lot 5 is referred to as 'Package E - Bury'. Within the package there is a Peak Vehicle requirement of 6 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
6 | Lot 6 is referred to as'Package F - Bury YSB package'. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using a TfGM owned vehicle, which will be leased to the successful tenderer. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
7 | Lot 7 is referred to as 'Package G - Canon Slade'. Within the package there is a Peak Vehicle requirement of 12 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals Award Criteria
| ||||||
8 | Lot 8 is referred to as 'Package H - North Bolton Smithills - Sharples'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
9 | Lot 9 is referred to as 'Package I - North Bolton Thornleigh'. Within the package there is a Peak Vehicle requirement of 9 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
10 | Lot 10 is referred to as 'Package J - North Bolton YSB Package'. Within the package there is a Peak Vehicle requirement of 4 and the services should be operated using a TfGM owned vehicle, which will be leased to the successful tenderer. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
11 | Lot 11 is referred to as 'Package K - Ashton Schools'. Within the package there is a Peak Vehicle requirement of 8 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
12 | Lot 12 is referred to as 'Package L - Hindley'. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
13 | Lot 13 is referred to as 'Package M - South Bolton MSJ-St James-Little Lever'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
14 | Lot 14 is referred to as 'Package N - South Bolton YSB Package'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using a TfGM owned vehicle, which will be leased to the successful tenderer. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
15 | Lot 15 is referred to as 'Package O - North West Wigan'. Within the package there is a Peak Vehicle requirement of 12 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
16 | Lot 16 is referred to as 'Package P - Cross Boundary Lowton-Hope'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
17 | Lot 17 is referred to as 'Package Q - East Leigh Bedford HS'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
18 | Lot 18 is referred to as 'Package R - East Leigh St Mary's HR'. Within the package there is a Peak Vehicle requirement of 7 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
19 | Lot 19 is referred to as 'Package S - Turton HS'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
20 | Lot 20 is referred to as 'Package T - Westhoughton HS'. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
21 | Lot 21 is referred to as 'Package U - St Catherine's'. Within the package there is a Peak Vehicle requirement of 1 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals Award Criteria
| ||||||
22 | Lot 22 is referred to as 'Package V - St Peter's-St John Fisher'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
| ||||||
23 | Lot 23 is referred to as 'Package W - Hawkley Hall'. Within the package there is a Peak Vehicle requirement of 2 and the services should be operated using the tenderer's own vehicles. The estimated value of the contract indicated covers the full term of the contract (60 months) which is the initial term plus renewals. Award Criteria
|
Award Detail
1 | Vision (Bolton)
|
2 | Greater Manchester Buses South (Stockport)
|
3 | Greater Manchester Buses South (Stockport)
|
4 | Greater Manchester Buses South (Stockport)
|
5 | Greater Manchester Buses South (Stockport)
|
6 | Greater Manchester Buses South (Stockport)
|
7 | Vision Bus (Bolton)
|
8 | Greater Manchester Buses South (Stockport)
|
9 | Vision Bus (Bolton)
|
10 | Greater Manchester Buses South (Stockport)
|
11 | Vision Bus (Bolton)
|
12 | Greater Manchester Buses South (Stockport)
|
13 | Greater Manchester Buses South (Stockport)
|
14 | Greater Manchester Buses South (Stockport)
|
15 | Vision Bus (Bolton)
|
16 | Greater Manchester Buses South (Stockport)
|
17 | Greater Manchester Buses South (Stockport)
|
18 | Vision Bus (Bolton)
|
19 | Greater Manchester Buses South (Stockport)
|
20 | Greater Manchester Buses South (Stockport)
|
21 | Greater Manchester Buses South (Stockport)
|
22 | Greater Manchester Buses South (Stockport)
|
23 | Greater Manchester Buses South (Stockport)
|
CPV Codes
- 60112000 - Public road transport services
- 34115000 - Other passenger cars
- 34120000 - Motor vehicles for the transport of 10 or more persons
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-03665c
- FTS 019120-2023