Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Stirling Council
Strategic Commissioning, Old Viewforth
Stirling
FK8 2ET
UK
E-mail: procurement@stirling.gov.uk
NUTS: UKM77
Internet address(es)
Main address: http://www.stirling.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
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
Park and Ride Bus Services - Stirling City
Reference number: SC2425-0170
II.1.2) Main CPV code
60172000
II.1.3) Type of contract
Services
II.1.4) Short description
Stirling Council are seeking suitably qualified and experienced service providers for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34121100
II.2.3) Place of performance
NUTS code:
UKM77
Main site or place of performance:
Sirling Area
II.2.4) Description of the procurement
Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2)
Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this – submitted prices should include operation of both P1 and P2 routes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
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:
2 x 6 month extensions at the sole discretion of the Council
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
II.2.14) Additional information
The contract is for an initial 12 month period with 2 x 6 month possible extensions, at the sole discretion of the Council. 24 months in total.
Refer to II.2.5) Award criteria - Full details of the Technical award Criteria is within the ITT documents.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
All bidders must hold - Standard Public Service Vehicle (PSV) Operator Licence including those listed within tender documents
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.
a.Employers (Compulsory) Liability Insurance - 10m GBP
b. Public Liability Insurance - 5m GBP
c. Professional Indemnity - 2m GBP
d. Products Liability - 5m GBP
e. Vehicle Insurance - covered for Hire and Reward
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Tenderers must provide 2 relevant examples of service contracts they've carried out within the past 3 years
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Refer to tender documentation
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:
09/06/2025
Local time: 14:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/06/2025
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
This is dependant if 6 month extension periods are accepted, therefore tender process may take place either 2026 or 2027
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=798178.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Refer to tender documents
(SC Ref:798178)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=798178
VI.4) Procedures for review
VI.4.1) Review body
Stirling Sheriff Court and Justice of the Peace Court
Stirling
UK
VI.4.2) Body responsible for mediation procedures
Stirling Council
Old Viewforth
Stirling
FK8 2ET
UK
E-mail: burnsja@stirling.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Stirling Council
Old Viewforth
Stirling
FK8 2ET
UK
E-mail: burnsja@stirling.gov.uk
VI.5) Date of dispatch of this notice
09/05/2025