Tender

Operation Of Electric Bus Services In Mansfield Area of Nottinghamshire

  • Nottinghamshire County Council

F02: Contract notice

Notice identifier: 2021/S 000-002300

Procurement identifier (OCID): ocds-h6vhtk-029063

Published 4 February 2021, 6:03pm



Section one: Contracting authority

one.1) Name and addresses

Nottinghamshire County Council

County Hall, West Bridgford

Nottingham

NG2 7QP

Contact

Mrs Jennifer Rosenbaum

Email

jennifer.rosenbaum@nottscc.gov.uk

Telephone

+44 1159772830

Country

United Kingdom

NUTS code

UKF15 - North Nottinghamshire

Internet address(es)

Main address

http://www.nottinghamshire.gov.uk

Buyer's address

http://www.nottinghamshire.gov.uk

one.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=1c82ee99-1067-eb11-8108-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=1c82ee99-1067-eb11-8108-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Operation Of Electric Bus Services In Mansfield Area of Nottinghamshire

Reference number

DN516900

two.1.2) Main CPV code

  • 63000000 - Supporting and auxiliary transport services; travel agencies services

two.1.3) Type of contract

Services

two.1.4) Short description

Nottinghamshire County Council (the "Council") are looking for a Supplier to operate two services in the Mansfield & Ashfield areas of the county. The initial contract is for 5 years with an option to extend for a further 5 years. The Council have been awarded funding by the Department for Transport (DfT) in order to purchase electric, low floor buses which are fully compliant with the Public Service Vehicle Accessibility Regulations 2000. It is expected that the buses will be delivered in September 2021. These vehicles are being brought in to run 2 services, the Berry Hill Flyer and 417 Sutton service.

The aim of this procurement is to find a single Supplier who can operate and house 2 electric vehicles.

The requirements include the charging of the vehicles of which the Council can provide the charging infrastructure if necessary.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF15 - North Nottinghamshire

two.2.4) Description of the procurement

Nottinghamshire County Council (the Council) are looking for a single Supplier to operate two services in the Mansfield & Ashfield areas of the County.

The Council have been awarded funding by the Department for Transport (DfT) in order to purchase 4 electric, low floor buses, fully compliant with the Public Service Vehicle Accessibility Regulations 2000.It is expected that the buses will be delivered in September 2021. These buses are being brought in by the Council to run 2 services, the Berry Hill Flyer, and 417 Sutton. The tethered plug in electric buses will provide a zero-emission service to the people of Mansfield & Ashfield as an initial step to combat global emission problems. The Supplier is required to operate and house 2 electric buses. The buses must be accommodated within 10 miles of the route.

The requirements include the charging of the buses of which the Council can provide the charging infrastructure if necessary. If the Supplier requires the charging infrastructure providing by the Council, they will need to be able to evidence that the land and/or building where the electric buses will be accommodated is owned by them or under a long term lease arrangement (minimum of 11 years) and that the installation of the charging infrastructure is permitted on the land/within the building.

The contract will be in place for an initial term of 5 years with options to extend for up to another 5 years.

This is an open tender process.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 0

Price - Weighting: 100

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

Duration in months

120

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be in place for an initial term of 5 years with options to extend for up to another 5 years.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 March 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

8 March 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom