Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
Contact
Mr Paul Large
Telephone
+44 1164542208
Country
United Kingdom
Region code
UKF - East Midlands (England)
Internet address(es)
Main address
Buyer's address
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=2b630e2c-8fef-ef11-8134-005056b64545
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=2b630e2c-8fef-ef11-8134-005056b64545
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
PAN3195 - Coach and Van Conversion Buses - PATS
Reference number
DN746381
two.1.2) Main CPV code
- 34000000 - Transport equipment and auxiliary products to transportation
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply of
Lot 1 Bus Conversion Passenger Transport Vehicles x 18 (eighteen)
Lot 2 Coach-Built Passenger Transport Vehicles x 3 (three)
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Bus Conversion Passenger Transport Vehicles x 18 (eighteen)
Lot No
1
two.2.2) Additional CPV code(s)
- 34114000 - Specialist vehicles
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
two.2.4) Description of the procurement
Lot 1 Van Conversion Passenger Transport Vehicles x 18 (eighteen)
To supply vehicles to the Council's Specification. Please note: the Specification for the Van Conversion vehicles includes a requirement that four of the eighteen vehicles must be fitted with a driver security feature to ensure a passenger with challenging behaviour cannot interfere with the driver and that the vehicle can be brought safely to standstill if required.
As part of the evaluation, bidders asked to explain how they will meet the Council's technical specification for the vehicles and to explain what aftersales support, warranty, driver training/familiarisation they will provide and their delivery timescales for the vehicles.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.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
The initial contract term is 12 months with the option to extend by up to a further 12 months. The extension period is to accommodate slippage on the build timescale that may arise due to matters beyond the supplier's control e.g., supply chain delays due to wider socio-economic, political or environmental factors.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Coach-Built Passenger Transport Vehicles x 3 (three)
Lot No
2
two.2.2) Additional CPV code(s)
- 34114000 - Specialist vehicles
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
two.2.4) Description of the procurement
Lot 2 Coach-Built Passenger Transport Vehicles x 3 (three)
To supply vehicles to the Council's Specification included in the tender documents.
As part of the evaluation, bidders will asked to explain how they will meet the Council's technical specification for the vehicles and to explain what aftersales support, warranty, driver training/familiarisation they will provide and their delivery timescales for the vehicles.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.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
The initial contract term is 12 months with the option to extend by up to a further 12 months. The extension period is to accommodate slippage on build timescale that may arise due to matters beyond the supplier's control e.g., supply chain delays due to wider socio-economic, political or environmental factors.
two.2.10) Information about variants
Variants will be accepted: No
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
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
24 March 2025
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
Construction and Technology Court (Kings Bench Division) (Branch of High Court of Justice)
Priory Courts, 33 Bull Street
Birmingham
B4 6DS
Country
United Kingdom