Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Leicester City Council
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
UK
Contact person: Mr Paul Large
Telephone: +44 1164542208
E-mail: paul.large@leicester.gov.uk
NUTS: UKF
Internet address(es)
Main address: http://www.leicester.gov.uk
Address of the buyer profile: http://www.leicester.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=2b630e2c-8fef-ef11-8134-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=2b630e2c-8fef-ef11-8134-005056b64545
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
PAN3195 - Coach and Van Conversion Buses - PATS
Reference number: DN746381
II.1.2) Main CPV code
34000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Supply of
Lot 1 Bus Conversion Passenger Transport Vehicles x 18 (eighteen)
Lot 2 Coach-Built Passenger Transport Vehicles x 3 (three)
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Bus Conversion Passenger Transport Vehicles x 18 (eighteen)
II.2.2) Additional CPV code(s)
34114000
II.2.3) Place of performance
NUTS code:
UKF
II.2.4) Description of the procurement
Lot 1 Van Conversion Passenger Transport Vehicles x 18 (eighteen)
To supply vehicles to the Council's Specification. Please note: the Specification for the Van Conversion vehicles includes a requirement that four of the eighteen vehicles must be fitted with a driver security feature to ensure a passenger with challenging behaviour cannot interfere with the driver and that the vehicle can be brought safely to standstill if required.
As part of the evaluation, bidders asked to explain how they will meet the Council's technical specification for the vehicles and to explain what aftersales support, warranty, driver training/familiarisation they will provide and their delivery timescales for the vehicles.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
The initial contract term is 12 months with the option to extend by up to a further 12 months. The extension period is to accommodate slippage on the build timescale that may arise due to matters beyond the supplier's control e.g., supply chain delays due to wider socio-economic, political or environmental factors.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
Coach-Built Passenger Transport Vehicles x 3 (three)
II.2.2) Additional CPV code(s)
34114000
II.2.3) Place of performance
NUTS code:
UKF
II.2.4) Description of the procurement
Lot 2 Coach-Built Passenger Transport Vehicles x 3 (three)
To supply vehicles to the Council's Specification included in the tender documents.
As part of the evaluation, bidders will asked to explain how they will meet the Council's technical specification for the vehicles and to explain what aftersales support, warranty, driver training/familiarisation they will provide and their delivery timescales for the vehicles.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
The initial contract term is 12 months with the option to extend by up to a further 12 months. The extension period is to accommodate slippage on build timescale that may arise due to matters beyond the supplier's control e.g., supply chain delays due to wider socio-economic, political or environmental factors.
II.2.9) Information about the limits on the number of candidates to be invited
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 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/03/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Construction and Technology Court (Kings Bench Division) (Branch of High Court of Justice)
Priory Courts, 33 Bull Street
Birmingham
B4 6DS
UK
VI.5) Date of dispatch of this notice
21/02/2025