- Scope of the procurement
- Lot 1. 27 Loughborough - Thurmaston
- Lot 2. 125 Leicester - Coalville - Castle Donington
- Lot 3. 7 Fenny Drayton - Measham
- Lot 4. 129 Ashby - Loughborough
- Lot 5. 3 & 13 Loughborough Town Services
- Lot 6. 8 Loughborough - Melton Mowbray
- Lot 7. 55 & 56 Melton Mowbray - Grantham
- Lot 8. 100 Syston - Melton Mowbray
- Lot 9. Melton Mowbray - Bottesford (23) & Stathern - Melton Mowbray (25)
- Lot 10. 747 Leicester - Uppingham
- Lot 11. 154 Loughborough - Leicester
- Lot 12. 22B Leicester - Birstall (Saturday)
- Lot 13. 58 Lutterworth - Market Harborough
- Lot 14. 33 Market Harborough Town Services
- Lot 15. 44 Foxton - Harborough - Fleckney
- Lot 16. 30
Section one: Contracting authority
one.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Miss Izabela Skowronek
izabela.skowronek@leics.gov.uk
Telephone
+44 1163057878
Country
United Kingdom
NUTS code
UKF2 - Leicestershire, Rutland and Northamptonshire
Internet address(es)
Main address
https://www.eastmidstenders.org/index.html
Buyer's address
https://www.eastmidstenders.org/index.html
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=d143f31d-a4a6-ec11-8112-005056b64545
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=d143f31d-a4a6-ec11-8112-005056b64545
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
Local Bus Services 2022 - 2024
Reference number
DN597282
two.1.2) Main CPV code
- 60100000 - Road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
This is an open tender for the provision of Local Bus Services in Leicestershire.
Leicestershire County Council recognises that the pandemic has had an impact on travel habits and the challenges of uncertain patronage levels faced by operators. For this reason, the local bus service contracts are being tendered on a minimum cost basis only, with the Authority taking the revenue risk. Contracts are being tendered on a like-for-like basis, based on pre-Covid (February 2020) timetables to provide reassurance for the travelling public.
Tenderers are invited to bid for one or more of the 16 Lots, but single provider can only be awarded up to 11 lots.
The anticipated contract commencement date is 1st August 2022. The contract will be for 2 years with an option to extend for another year.
Tenders must be submitted electronically by the deadline set. Summary of documents to be submitted with your Tender can be found under 'Submission Checklist' at the end of the Invitation to Tender (ITT) document.
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
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: 11
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
In addition to lots, Tenderers can submit pricing for packages.
two.2) Description
two.2.1) Title
27 Loughborough - Thurmaston
Lot No
1
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service Number 27 Loughborough - Thurmaston
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
125 Leicester - Coalville - Castle Donington
Lot No
2
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 125 Leicester - Coalville - Castle Donington
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
7 Fenny Drayton - Measham
Lot No
3
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 7 Fenny Drayton - Measham
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
129 Ashby - Loughborough
Lot No
4
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 129 Ashby - Loughborough
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
3 & 13 Loughborough Town Services
Lot No
5
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 3 & 13 Loughborough Town Services
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
8 Loughborough - Melton Mowbray
Lot No
6
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 8 Loughborough - Melton Mowbray
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
55 & 56 Melton Mowbray - Grantham
Lot No
7
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 55 & 56 Melton Mowbray - Grantham
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
100 Syston - Melton Mowbray
Lot No
8
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 100 Syston - Melton Mowbray
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
Melton Mowbray - Bottesford (23) & Stathern - Melton Mowbray (25)
Lot No
9
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Serices Melton Mowbray - Bottesford (23) & Stathern - Melton Mowbray (25)
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
747 Leicester - Uppingham
Lot No
10
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 747 Leicester - Uppingham
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
154 Loughborough - Leicester
Lot No
11
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 154 Loughborough - Leicester
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
22B Leicester - Birstall (Saturday)
Lot No
12
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 22B Leicester - Birstall (Saturday)
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
58 Lutterworth - Market Harborough
Lot No
13
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 58 Lutterworth - Market Harborough
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
33 Market Harborough Town Services
Lot No
14
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 33 Market Harborough Town Services
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
44 Foxton - Harborough - Fleckney
Lot No
15
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 44 Foxton - Harborough - Fleckney
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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
30
Lot No
16
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Service number 30 Market Harborough – Southern Estate
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further year.
Contract to be re-procured prior to expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to lots, Tenderers can submit pricing for packages.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 tenderers must have a current, valid PCV (Passenger Carrying Vehicle) Operator’s licence, otherwise the tender will be rejected.
All drivers are required to have a Certificate of Professional Competence (CPC).
Further details can be found in procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
The Service Provider shall ensure that vehicles and drivers used in the provision of this service are fully licensed under the appropriate UK Legislation and that all the appropriate certificates and licenses are at all times in full force and effect.
Further details can be found in procurement documents.
three.2.2) Contract performance conditions
The Service Provider shall ensure that vehicles and drivers used in the provision of this service are fully licensed under the appropriate UK Legislation and that all the appropriate certificates and licenses are at all times in full force and effect.
The Service Provider must take out and maintain all necessary insurances in respect of the vehicles and services.
The Service Provider must ensure all drivers hold the necessary licence and other necessary qualifications and comply at all times with any relevant regulations.
The Service Provider must register all routes it is to operate with the Traffic Commissioner within appropriate timescales for commencement of the service.
The Service Provider shall ensure that it is in receipt of a current Passenger Carrying Vehicle Operators licence issued by the Traffic Commissioner.
The Service Provider will ensure that all relevant employment legislation is complied with.
The Service Provider must take every precaution to ensure the safety of the public and have the necessary insurance agreements in place (i.e. Public Liability/Professional Indemnity).
Further details can be found in procurement documents.
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
Originally published as:
Date
19 April 2022
Local time
12:00pm
Changed to:
Date
3 May 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 April 2022
Local time
12:05pm
Information about authorised persons and opening procedure
Authorised users via electronic tendering portal.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Re-procurement likely to commence in 1-2 years' time form the contract commencement.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
The Strand
London
WC2A2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Leicestershire County Council (LCC) will incorporate a minimum 10 calendar days standstill period at the point of information on the award of the contract, as communicated to tenderers. Bidders who are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.