Section one: Contracting authority
one.1) Name and addresses
Stirling Council
Strategic Commissioning, Old Viewforth
Stirling
FK8 2ET
Telephone
+44 1786233384
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
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