Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Stirling City Park and Rid Services (P1 & P2)

  • First published: 30 October 2021
  • Last modified: 30 October 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Stirling Council
Authority ID:
AA20971
Publication date:
30 October 2021
Deadline date:
01 December 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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)

This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed-

Lot 1 - Electric/Hydrogen

Lot 2 - Euro 6

Lot 3 - Euro 5

Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints.

For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid.

If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on.

Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Stirling Council

Strategic Commissioning, Old Viewforth

Stirling

FK8 2ET

UK

Telephone: +44 1786233384

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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.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

Stirling City Park and Rid Services (P1 & P2)

Reference number: SC2021 0181

II.1.2) Main CPV code

60170000

 

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.1.5) Estimated total value

Value excluding VAT: 1 365 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Electric/Hydrogen

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)

This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed-

Lot 1 - Electric/Hydrogen

Lot 2 - Euro 6

Lot 3 - Euro 5

Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints.

For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid.

If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on.

Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).

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: Safe Service / Weighting: 15%

Quality criterion: Vehicle Breakdown / Weighting: 10%

Quality criterion: Traffic Accidents / Weighting: 10%

Quality criterion: Driver Resources / Weighting: 10%

Quality criterion: Punctuality / Weighting: 10%

Quality criterion: Vehicle Quality / Weighting: 10%

Quality criterion: Complaints / Weighting: 10%

Quality criterion: Environmental Impact – Emissions Standards / Weighting: 10%

Quality criterion: Additional community/passenger benefits / Weighting: 5%

Quality criterion: Sustainability / Weighting: 10%

Price / Weighting:  70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

3 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

Lot No: 2

II.2.1) Title

Lot 2 - Euro 6

II.2.2) Additional CPV code(s)

34121100

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Within the area of Stirling

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)

This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed-

Lot 1 - Electric/Hydrogen

Lot 2 - Euro 6

Lot 3 - Euro 5

Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints.

For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid.

If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on.

Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).

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: Safe Service / Weighting: 15%

Quality criterion: Vehicle Breakdown / Weighting: 10%

Quality criterion: Traffic Accidents / Weighting: 10%

Quality criterion: Driver Resources / Weighting: 10%

Quality criterion: Punctuality / Weighting: 10%

Quality criterion: Vehicle Quality / Weighting: 10%

Quality criterion: Complaints / Weighting: 10%

Quality criterion: Environmental Impact - Emissions Standards / Weighting: 10%

Quality criterion: Additional Community/Passenger Benefits / Weighting: 5%

Quality criterion: Sustainability / Weighting: 10%

Price / Weighting:  70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

3 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

Lot No: 3

II.2.1) Title

Lot 3 - Euro 5

II.2.2) Additional CPV code(s)

34121100

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Stirling 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)

This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed-

Lot 1 - Electric/Hydrogen

Lot 2 - Euro 6

Lot 3 - Euro 5

Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints.

For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid.

If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on.

Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).

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: Safe Service / Weighting: 15%

Quality criterion: Vehicle Breakdown / Weighting: 10%

Quality criterion: Traffic Accidents / Weighting: 10%

Quality criterion: Driver Resources / Weighting: 10%

Quality criterion: Punctuality / Weighting: 10%

Quality criterion: Vehicle Quality / Weighting: 10%

Quality criterion: Complaints / Weighting: 10%

Quality criterion: Environmental Impact - Emissions Standards / Weighting: 10%

Quality criterion: Additional Community/Passenger Benefits / Weighting: 5%

Quality criterion: Sustainability / Weighting: 10%

Price / Weighting:  70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

3 x 6 months 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

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

List and brief description of selection criteria:

List and brief description of selection criteria:

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.

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.

Tenderers will be required provide the following information in response to 4B.4:

Liquidity ratio for Current Year 2021

Liquidity ratio for Prior Year: 2020

The formula for calculating a Tenderer’s liquidity ratio is (current assets – stock or work in progress) divided by current liabilities. This is commonly known as the ‘Acid Test Ratio’. The acceptable range for each financial ratio is greater than 0.8. Where a Tenderer’s Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion

seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Tenderers are required to have a minimum “general” annual turnover of 1.4m GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Tenderers must provide 2 relevant examples of service contracts the'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: 01/12/2021

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 01/12/2021

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 2023 or 2024

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19540. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:661456)

VI.4) Procedures for review

VI.4.1) Review body

Stirling Sheriff Court and Justice of the Peace Court

Stirling

UK

VI.5) Date of dispatch of this notice

29/10/2021

Coding

Commodity categories

ID Title Parent category
60170000 Hire of passenger transport vehicles with driver Road transport services
34121100 Public-service buses Buses and coaches

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@stirling.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.