Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bracknell Forest Borough Council
Time Square, Market Street
Bracknell
RG12 1JD
UK
Contact person: Mr Paul Marriott
Telephone: +44 1344352830
E-mail: Paul.Marriott@Bracknell-Forest.Gov.UK
NUTS: UKJ11
Internet address(es)
Main address: http://www.bracknell-forest.gov.uk
Address of the buyer profile: http://www.bracknell-forest.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/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/
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
Road Based Passenger Transport Services
Reference number: DN635748
II.1.2) Main CPV code
60000000
II.1.3) Type of contract
Services
II.1.4) Short description
The DPS comprises two lots:
Lot 1: traditional bus services with set routes and timetables.
Lot 2 : covers demand responsive transport and other non-typical bus provision.
Note: The DPS excludes the provision of home to school transport for pupils with special transport requirements, e.g. wheelchair and/or passenger assistant.
The Council has a duty under the 1985 Transport Act ‘to secure the provision of such public passenger transport services as the council consider it appropriate to secure to meet any public transport requirements … which would not in its view be met apart from any action taken by it for that purpose.’
The agreement will provide the structure to procure routes, the Bus Strategy developed during 2020 defines what the Council deems appropriate under the Act, and the call offs under this framework will procure those routes, ensuring by the appropriate qualitative criteria that any route details put forward by operators fulfil the requirements defined in the Strategy.
As of June 2022 the Council provides 9 subsidised public bus services operating Mon-Sat with three of these services also operating late into the evening and on Sundays. The Council also contributes to a route procured by the Royal Borough of Windsor and Maidenhead.
II.1.5) Estimated total value
Value excluding VAT:
12 000 000.00
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
Traditional bus services with set routes and timetables
II.2.2) Additional CPV code(s)
60172000
II.2.3) Place of performance
NUTS code:
UKJ11
II.2.4) Description of the procurement
The DPS comprises two lots:
Lot 1: traditional bus services with set routes and timetables.
Lot 2 : covers demand responsive transport and other non-typical bus provision.
Note: The DPS excludes the provision of home to school transport for pupils with special transport requirements, e.g. wheelchair and/or passenger assistant.
The Council has a duty under the 1985 Transport Act ‘to secure the provision of such public passenger transport services as the council consider it appropriate to secure to meet any public transport requirements … which would not in its view be met apart from any action taken by it for that purpose.’
The agreement will provide the structure to procure routes, the Bus Strategy developed during 2020 defines what the Council deems appropriate under the Act, and the call offs under this framework will procure those routes, ensuring by the appropriate qualitative criteria that any route details put forward by operators fulfil the requirements defined in the Strategy.
As of June 2022 the Council provides 9 subsidised public bus services operating Mon-Sat with three of these services also operating late into the evening and on Sundays. The Council also contributes to a route procured by the Royal Borough of Windsor and Maidenhead.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 180
This contract is subject to renewal: No
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
Demand responsive transport and other non-typical bus provision
II.2.2) Additional CPV code(s)
60130000
60140000
60170000
II.2.3) Place of performance
NUTS code:
UKJ11
II.2.4) Description of the procurement
The DPS comprises two lots:
Lot 1: traditional bus services with set routes and timetables.
Lot 2 : covers demand responsive transport and other non-typical bus provision.
Note: The DPS excludes the provision of home to school transport for pupils with special transport requirements, e.g. wheelchair and/or passenger assistant.
The Council has a duty under the 1985 Transport Act ‘to secure the provision of such public passenger transport services as the council consider it appropriate to secure to meet any public transport requirements … which would not in its view be met apart from any action taken by it for that purpose.’
The agreement will provide the structure to procure routes, the Bus Strategy developed during 2020 defines what the Council deems appropriate under the Act, and the call offs under this framework will procure those routes, ensuring by the appropriate qualitative criteria that any route details put forward by operators fulfil the requirements defined in the Strategy.
As of June 2022 the Council provides 9 subsidised public bus services operating Mon-Sat with three of these services also operating late into the evening and on Sundays. The Council also contributes to a route procured by the Royal Borough of Windsor and Maidenhead.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 180
This contract is subject to renewal: No
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
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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:
30/11/2037
Local time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
28/11/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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
Bracknell Forest Borough Council
Bracknell
RG12 1JD
UK
VI.5) Date of dispatch of this notice
03/10/2022