Contract

RBWM - Supported Bus Services

  • Royal Borough of Windsor & Maidenhead

F03: Contract award notice

Notice identifier: 2025/S 000-008272

Procurement identifier (OCID): ocds-h6vhtk-04936a (view related notices)

Published 6 March 2025, 5:13pm



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Windsor & Maidenhead

St Ives Road

Maidenhead

SL61RF

Contact

Joey Stanford

Email

procurement@rbwm.gov.uk

Telephone

+44 1628796285

Country

United Kingdom

Region code

UKJ11 - Berkshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.rbwm.gov.uk/

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

RBWM - Supported Bus Services

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority (the Royal Borough of Windsor & Maidenhead) is procuring supported bus services.

The Authority is proposing six routes (consolidating its existing routes) which make up the lotting structure for this tender. They are as follows:

• Lot 1: Maidenhead to Henley & Twyford;

• Lot 2: Maidenhead Town Services;

• Lot 3: Slough to Eton Wick;

• Lot 4: Windsor to Ascot (via Sunninghill);

• Lot 5: Windsor to Maidenhead; and

• Lot 6: Windsor to Staines.

The Authority has up to £1.28 million (per annum) to supplement the services. We anticipate an effective date (i.e. contract signature and mobilisation to commence) of early January 2025 with services commencement from April 2025. The contract term is as follows: 5+3+2.

Find a Tender is not allowing RBWM to link its previous contract award notice: this can be found with the code: 2024/S 000-022294

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: £9,260,000

two.2) Description

two.2.1) Title

Lot 1: Maidenhead to Henley & Twyford

Lot No

1

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Windsor and Maidenhead

two.2.4) Description of the procurement

Lot 1 is for services on the Maidenhead to Henley & Twyford route.

two.2.5) Award criteria

Quality criterion - Name: Account Management / Weighting: 6%

Quality criterion - Name: Proposed Delivery of Model / Weighting: 15%

Quality criterion - Name: Timetable / Weighting: 15%

Quality criterion - Name: Customer Satisfaction / Weighting: 6%

Quality criterion - Name: Vehicles and Sustainability / Weighting: 9%

Quality criterion - Name: Growth / Weighting: 9%

Quality criterion - Name: Mobilisation / Weighting: Pass/Fail

Quality criterion - Name: Business Continuity / Weighting: Pass/Fail

Cost criterion - Name: Best Price / Weighting: 10%

Cost criterion - Name: Value for Money Assessment / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

5+3+2

two.2) Description

two.2.1) Title

Lot 2: Maidenhead Town Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 2 is for Maidenhead Town Services bus provision

two.2.5) Award criteria

Quality criterion - Name: Account Management / Weighting: 6%

Quality criterion - Name: Proposed Delivery Model / Weighting: 15%

Quality criterion - Name: Timetable / Weighting: 15%

Quality criterion - Name: Customer Satisfaction / Weighting: 6%

Quality criterion - Name: Vehicles and Sustainability / Weighting: 9%

Quality criterion - Name: Growth / Weighting: 9%

Quality criterion - Name: Mobilisation / Weighting: Pass/Fail

Quality criterion - Name: Business Continuity / Weighting: Pass/Fail

Cost criterion - Name: Best Price / Weighting: 10%

Cost criterion - Name: Value for Money / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

5+3+2

two.2) Description

two.2.1) Title

Lot 3: Slough to Eton Wick

Lot No

3

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 3 is for the Slough to Eton Wick route

two.2.5) Award criteria

Quality criterion - Name: Account Management / Weighting: 6%

Quality criterion - Name: Proposed Delivery Model / Weighting: 15%

Quality criterion - Name: Timetable / Weighting: 15%

Quality criterion - Name: Customer Satisfaction / Weighting: 6%

Quality criterion - Name: Vehicles and Sustainability / Weighting: 9%

Quality criterion - Name: Growth / Weighting: 9%

Quality criterion - Name: Mobilisation / Weighting: Pass/Fail

Quality criterion - Name: Business Continuity / Weighting: Pass/Fail

Cost criterion - Name: Best Price / Weighting: 10%

Cost criterion - Name: Value for Money / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

5+3+2

two.2) Description

two.2.1) Title

Lot 4: Windsor to Ascot (via Sunninghill)

Lot No

4

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 4 is for the Windsor to Ascot (via Sunninghill) route

two.2.5) Award criteria

Quality criterion - Name: Account Management / Weighting: 6%

Quality criterion - Name: Proposed Delivery Model / Weighting: 15%

Quality criterion - Name: Timetable / Weighting: 15%

Quality criterion - Name: Customer Satisfaction / Weighting: 6%

Quality criterion - Name: Vehicles and Sustainability / Weighting: 9%

Quality criterion - Name: Growth / Weighting: 9%

Quality criterion - Name: Mobilisation / Weighting: Pass/Fail

Quality criterion - Name: Business Continuity / Weighting: Pass/Fail

Cost criterion - Name: Best Price / Weighting: 10%

Cost criterion - Name: Value for Money / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

5+3+2

two.2) Description

two.2.1) Title

Lot 5: Windsor to Maidenhead

Lot No

5

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 5 is for the Windsor to Maidenhead route.

two.2.5) Award criteria

Quality criterion - Name: Account Management / Weighting: 6%

Quality criterion - Name: Proposed Delivery Model / Weighting: 15%

Quality criterion - Name: Timetable / Weighting: 15%

Quality criterion - Name: Customer Satisfaction / Weighting: 6%

Quality criterion - Name: Vehicles and Sustainability / Weighting: 9%

Quality criterion - Name: Growth / Weighting: 9%

Quality criterion - Name: Mobilisation / Weighting: Pass/Fail

Quality criterion - Name: Business Continuity / Weighting: Pass/Fail

Cost criterion - Name: Best Price / Weighting: 10%

Cost criterion - Name: Value for Money / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

5+3+2

two.2) Description

two.2.1) Title

Lot 6: Windsor to Staines

Lot No

6

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 6 is for the Windsor to Staines route.

two.2.5) Award criteria

Quality criterion - Name: Account Management / Weighting: 6%

Quality criterion - Name: Proposed Delivery Model / Weighting: 15%

Quality criterion - Name: Timetable / Weighting: 15%

Quality criterion - Name: Customer Satisfaction / Weighting: 6%

Quality criterion - Name: Vehicles and Sustainability / Weighting: 9%

Quality criterion - Name: Growth / Weighting: 9%

Quality criterion - Name: Mobilisation / Weighting: Pass/Fail

Quality criterion - Name: Business Continuity / Weighting: Pass/Fail

Cost criterion - Name: Best Price / Weighting: 10%

Cost criterion - Name: Value for Money / Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

5+3+2


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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: 2024/S 000-033459


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Thames Valley Buses

Reading

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

01128598

The contractor is an SME

No

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

Total value of the contract/lot: £2,248,030


Section five. Award of contract

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Carousel Buses

Newcastle

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

04062073

The contractor is an SME

No

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

Total value of the contract/lot: £2,211,200


Section five. Award of contract

Lot No

6

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Carousel Buses

Newcastle

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

04062073

The contractor is an SME

No

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

Total value of the contract/lot: £1,356,870


Section five. Award of contract

Lot No

4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Thames Valley Buses Limited

Reading

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

01128598

The contractor is an SME

No

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

Total value of the contract/lot: £1,989,890


Section five. Award of contract

Lot No

5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Carousel Buses

Newcastle

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

04062073

The contractor is an SME

No

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

Total value of the contract/lot: £0.01


Section five. Award of contract

Lot No

3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 December 2024

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Carousel Buses

Newcastle

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

04062073

The contractor is an SME

No

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

Total value of the contract/lot: £1,456,340


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

London

Country

United Kingdom