Contract

Demand Responsive Transport Network

  • Milton Keynes Council

F03: Contract award notice

Notice identifier: 2021/S 000-005674

Procurement identifier (OCID): ocds-h6vhtk-029d9b

Published 19 March 2021, 5:16pm



Section one: Contracting authority

one.1) Name and addresses

Milton Keynes Council

Civic Offices, 1 Saxon Gate East

Milton Keynes

MK9 3EJ

Email

contracts@milton-keynes.gov.uk

Telephone

+44 1908691691

Country

United Kingdom

NUTS code

UKJ12 - Milton Keynes

Internet address(es)

Main address

http://www.milton-keynes.gov.uk

Buyer's address

http://www.milton-keynes.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Demand Responsive Transport Network

Reference number

CU2688 FC01

two.1.2) Main CPV code

  • 60100000 - Road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

Award of contract after further competition under CU2688 Local Bus Service DPS – Lot 2 Shared Taxi and Demand Responsive Service. Contract awarded for a period of 3 years with an option to extend by 12 months for further two years. The Council has taken the decision to move most of its subsidised network to demand responsive transport. The contract is for the operation and the software to run a full ‘corner to corner’ DRT service within the parameters laid out by the Council. The service will integrate rather than compete with the commercial local bus network.

Within scope are the possible adaptation of the service to hub and spoke or transfer based if patronage grows significantly. The entire borough of Milton Keynes, including rural areas and new developments that may begin during the contract period are within scope. Cross Boundary trips are not within scope.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £5,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes
Main site or place of performance

Milton Keynes

two.2.4) Description of the procurement

Award of contract after further competition under Milton Keynes Council Local Bus Service DPS Lot 2 Lot 2 Shared Taxi and Demand Responsive Service. Contract for the operation and the software to run a full ‘corner to corner’ DRT service within the parameters laid out by the Council. The service will integrate rather than compete with the commercial local bus network.

Within scope are the possible adaptation of the service to hub and spoke or transfer based if patronage grows significantly. The entire borough of Milton Keynes, including rural areas and new developments that may begin during the contract period are within scope. Cross Boundary trips are not within scope.

two.2.5) Award criteria

Quality criterion - Name: Quality Criteria / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Further competition under Local Bus Service DPS

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 056-134575


Section five. Award of contract

Contract No

CU2688 FC01

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 February 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Via Transportation UK Ltd

10429122

London

EC4A 3TW

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,000,000


Section six. Complementary information

six.3) Additional information

(MT Ref:222300)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Without prejudice to the remedies provided under Part 3 of the Public Contracts Regulations 2015 the Contracting Authority shall incorporate a minimum 10 day standstill period at the point that an award decision notice pursuant to Regulation 86 of the Public Contract Regulations 2015 is communicated to tenderers. The Contracting Authority shall send its Regulation 86 Notice, subject to Regulation 86(5) and (6), which shall include the criteria for the award of the contract; reasons for the decision including the characteristics and relative advantages of the successful tenderer; the score (if any) obtained by the tenderer receiving the notice and the tenderer to be awarded the contract, and anything required by Regulation 86(3); the name of the tenderer to be awarded the contract; and a precise statement of either when in accordance with Regulation 87of the Public Contract Regulations 2015 the standstill period is expected to end or the date before which the contracting authority will not, in conformity with Regulation 87, enter into the contract.