Awarded contract

Stirling City Park and Rid Services (P1 & P2)

  • Stirling Council

F03: Contract award notice

Notice reference: 2022/S 000-008022

Published 24 March 2022, 2:30pm



Section one: Contracting authority

one.1) Name and addresses

Stirling Council

Strategic Commissioning, Old Viewforth

Stirling

FK8 2ET

Email

procurement@stirling.gov.uk

Telephone

+44 1786233384

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.stirling.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146

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

Stirling City Park and Rid Services (P1 & P2)

Reference number

SC2021 0181

two.1.2) Main CPV code

  • 60170000 - Hire of passenger transport vehicles with driver

two.1.3) Type of contract

Services

two.1.4) Short description

Stirling Council are seeking suitably qualified and experienced service providers for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £1,242,871

two.2) Description

two.2.1) Title

Lot 3 - Euro 5

Lot No

3

two.2.2) Additional CPV code(s)

  • 34121100 - Public-service buses

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Stirling Area

two.2.4) Description of the procurement

Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2)

This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed-

Lot 1 - Electric/Hydrogen

Lot 2 - Euro 6

Lot 3 - Euro 5

Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints.

For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid.

If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on.

Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).

Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this – submitted prices should include operation of both P1 and P2 routes.

two.2.5) Award criteria

Quality criterion - Name: Safe Service / Weighting: 15%

Quality criterion - Name: Vehicle Breakdown / Weighting: 10%

Quality criterion - Name: Traffic Accidents / Weighting: 10%

Quality criterion - Name: Driver Resources / Weighting: 10%

Quality criterion - Name: Punctuality / Weighting: 10%

Quality criterion - Name: Vehicle Quality / Weighting: 10%

Quality criterion - Name: Complaints / Weighting: 10%

Quality criterion - Name: Environmental Impact - Emissions Standards / Weighting: 10%

Quality criterion - Name: Additional Community/Passenger Benefits / Weighting: 5%

Quality criterion - Name: Sustainability / Weighting: 10%

Price - Weighting: 70

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

Lot 2 - Euro 6

Lot No

2

two.2.2) Additional CPV code(s)

  • 34121100 - Public-service buses

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Within the area of Stirling

two.2.4) Description of the procurement

Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2)

This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed-

Lot 1 - Electric/Hydrogen

Lot 2 - Euro 6

Lot 3 - Euro 5

Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints.

For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid.

If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on.

Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).

Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this – submitted prices should include operation of both P1 and P2 routes.

two.2.5) Award criteria

Quality criterion - Name: Safe Service / Weighting: 15%

Quality criterion - Name: Vehicle Breakdown / Weighting: 10%

Quality criterion - Name: Traffic Accidents / Weighting: 10%

Quality criterion - Name: Driver Resources / Weighting: 10%

Quality criterion - Name: Punctuality / Weighting: 10%

Quality criterion - Name: Vehicle Quality / Weighting: 10%

Quality criterion - Name: Complaints / Weighting: 10%

Quality criterion - Name: Environmental Impact - Emissions Standards / Weighting: 10%

Quality criterion - Name: Additional Community/Passenger Benefits / Weighting: 5%

Quality criterion - Name: Sustainability / Weighting: 10%

Price - Weighting: 70

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

Lot 1 - Electric/Hydrogen

Lot No

1

two.2.2) Additional CPV code(s)

  • 34121100 - Public-service buses

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Sirling Area

two.2.4) Description of the procurement

Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2)

This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed-

Lot 1 - Electric/Hydrogen

Lot 2 - Euro 6

Lot 3 - Euro 5

Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints.

For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid.

If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on.

Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).

Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this – submitted prices should include operation of both P1 and P2 routes.

two.2.5) Award criteria

Quality criterion - Name: Safe Service / Weighting: 15%

Quality criterion - Name: Vehicle Breakdown / Weighting: 10%

Quality criterion - Name: Traffic Accidents / Weighting: 10%

Quality criterion - Name: Driver Resources / Weighting: 10%

Quality criterion - Name: Punctuality / Weighting: 10%

Quality criterion - Name: Vehicle Quality / Weighting: 10%

Quality criterion - Name: Complaints / Weighting: 10%

Quality criterion - Name: Environmental Impact – Emissions Standards / Weighting: 10%

Quality criterion - Name: Additional community/passenger benefits / Weighting: 5%

Quality criterion - Name: Sustainability / Weighting: 10%

Price - Weighting: 70

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-027227


Section five. Award of contract

Lot No

3

Title

Lot 3 - Euro 5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 March 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

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

Number of tenders received from tenderers from non-EU Member States: 1

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

Hunters Executive Coaches ltd

Dumyat Business Park, Unit 7, Bond Street

Tullibody

FK10 2PB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

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

Total value of the contract/lot: £1,242,871


Section six. Complementary information

six.3) Additional information

While there were three Lots, only one contract was awarded as a result of this procurement exercise. The Lots were ranked and the contract was awarded to the highest Lot to the most economically advantageous tender where there is a compliant submission within the stated budget.

The Lots are differentiated by the engine type of the vehicles proposed:

Lot 1 - Electric/Hydrogen

Lot 2 - Euro 6

Lot 3 - Euro 5

Lots were ranked and the contract will be awarded to the highest Lot to the most economically advantageous tender where there is a compliant submission within the stated budget.

Bidders were asked to submit bids for any/all Lot(s) in which they are

interested - (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).

Lot 3 came in within budget and therefore awarded this Lot which will provide the service with Euro 5 Vehicles.

Contract will commence - 1 April 2022 to 31 March 2025 (18 month contract with 3 optional 6 month extensions at the sole discretion of the Council).

(SC Ref:687569)

six.4) Procedures for review

six.4.1) Review body

Stirling Sheriff Court and Justice of the Peace Court

Stirling

Country

United Kingdom