Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Leicester City Council
City Hall, 115 Charles Street
Leicester
LE1 1FZ
UK
Contact person: Mr Martin Grogan
Telephone: +44 1164545013
E-mail: martin.grogan@leicester.gov.uk
NUTS: UKF
Internet address(es)
Main address: https://www.leicester.gov.uk
Address of the buyer profile: https://www.leicester.gov.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PAN3062 - Park and Ride Operational Contract
Reference number: DN729490
II.1.2) Main CPV code
60112000
II.1.3) Type of contract
Services
II.1.4) Short description
Leicester City Council working with Leicestershire County Council invites Tenders for the provision of the operation of the Leicester Park and Ride Services for the following three sites:
• Meynell’s Gorse Park and Ride
• Enderby Park and Ride
• Birstall Park and Ride
The Services will operate on Mondays to Saturdays throughout the year from 7am to 7pm, except on Bank Holidays, excluding Good Friday. Tenderers should note that the operation and management of the park and ride sites including the car park is not included within this Contract opportunity.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
1 972 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
All three services operating on a Minimum cost model
II.2.2) Additional CPV code(s)
34121100
60112000
II.2.3) Place of performance
NUTS code:
UKF21
UKF22
II.2.4) Description of the procurement
A minimum cost basis, where the price you submit is based on the cost of operating the Contract. This shall include all farebox revenue and concessionary travel reimbursement will accrue to Leicester City Council (the Authority) and should be deducted from each invoice for the relevant period.
If a minimum cost model was to be implemented this would ensure that the Authority takes the full revenue risk and would pay the Supplier for the running the Service. All Suppliers must ensure that they submit a bid for Lot 1 to be compliant.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
Yes
Description of options:
The Initial Term will be 3 years 6 months. The option to extend the contract will be 4 years and 6 months. Taking it to a total term of 8 years.
Tenderers to note, the initial Contract term will need to coincide with the agreed registration dates under the Leicester City Council and Leicestershire County Council Enhanced Partnership Schemes.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
All three services operating on a Minimum subsidy model
II.2.2) Additional CPV code(s)
34121100
60112000
II.2.3) Place of performance
NUTS code:
UKF21
UKF22
II.2.4) Description of the procurement
A minimum subsidy price is where the price you submit is based on the cost of operating the Contract, minus any farebox revenue (including on and off bus sales) and concessionary travel reimbursement (based on the equivalent adult single fare), which is retained by the Supplier.
With a minimum subsidy model the Supplier takes the revenue risk and retains the revenue with no additional sums payable by the Authority. It is at the discretion of Suppliers if they wish to submit a bid for Lot 2 for a minimum subsidy model.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
Yes
Description of options:
The Initial Term will be 3 years 6 months. The option to extend the contract will be 4 years and 6 months. Taking it to a total term of 8 years.
Tenderers to note, the initial Contract term will need to coincide with the agreed registration dates under the Leicester City Council and Leicestershire County Council Enhanced Partnership Schemes.
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 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 OJ S:
2024/S 000-033591
Section V: Award of contract
Lot No: 1
Contract No: PAN3062 - Park and Ride Operational Contract
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section V: Award of contract
Lot No: 2
Contract No: PAN3062 - Park and Ride Operational Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/01/2025
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Roberts Coaches Ltd
Leicester
UK
NUTS: UKF
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 972 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
As per the tender documentation only one Lot was to be chosen to go forward with award subject to the mechanism described within the ITT documentation. Lot 2 based upon all three services operating on a Minimum subsidy model was deemed most economically advantageous tender.
VI.4) Procedures for review
VI.4.1) Review body
Construction and Technology Court (King's Bench Division)
Birmingham
B4 6DS
UK
VI.5) Date of dispatch of this notice
18/03/2025