Tender

Local Bus Services 2022 - 2024

  • Leicestershire County Council

F02: Contract notice

Notice identifier: 2022/S 000-007470

Procurement identifier (OCID): ocds-h6vhtk-0323c8

Published 18 March 2022, 4:37pm



The closing date and time has been changed to:

3 May 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Leicestershire County Council

County Hall, Leicester Road, Glenfield

Leicester

LE3 8RA

Contact

Miss Izabela Skowronek

Email

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.