Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall, 115 Charles Street
Leicester
LE1 1FZ
Contact
Mr Martin Grogan
martin.grogan@leicester.gov.uk
Telephone
+44 1164545013
Country
United Kingdom
Region code
UKF - East Midlands (England)
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
PAN3062 - Park and Ride Operational Contract
Reference number
DN729490
two.1.2) Main CPV code
- 60112000 - Public road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
Leicester City Council working with Leicestershire County Council invites Tenders for the provision of the operation of the Leicester Park and Ride Services for the following three sites:
• Meynell’s Gorse Park and Ride
• Enderby Park and Ride
• Birstall Park and Ride
The Services will operate on Mondays to Saturdays throughout the year from 7am to 7pm, except on Bank Holidays, excluding Good Friday. Tenderers should note that the operation and management of the park and ride sites including the car park is not included within this Contract opportunity.
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: £1,972,000
two.2) Description
two.2.1) Title
All three services operating on a Minimum cost model
Lot No
1
two.2.2) Additional CPV code(s)
- 34121100 - Public-service buses
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
A minimum cost basis, where the price you submit is based on the cost of operating the Contract. This shall include all farebox revenue and concessionary travel reimbursement will accrue to Leicester City Council (the Authority) and should be deducted from each invoice for the relevant period.
If a minimum cost model was to be implemented this would ensure that the Authority takes the full revenue risk and would pay the Supplier for the running the Service. All Suppliers must ensure that they submit a bid for Lot 1 to be compliant.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.11) Information about options
Options: Yes
Description of options
The Initial Term will be 3 years 6 months. The option to extend the contract will be 4 years and 6 months. Taking it to a total term of 8 years.
Tenderers to note, the initial Contract term will need to coincide with the agreed registration dates under the Leicester City Council and Leicestershire County Council Enhanced Partnership Schemes.
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
All three services operating on a Minimum subsidy model
Lot No
2
two.2.2) Additional CPV code(s)
- 34121100 - Public-service buses
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
A minimum subsidy price is where the price you submit is based on the cost of operating the Contract, minus any farebox revenue (including on and off bus sales) and concessionary travel reimbursement (based on the equivalent adult single fare), which is retained by the Supplier.
With a minimum subsidy model the Supplier takes the revenue risk and retains the revenue with no additional sums payable by the Authority. It is at the discretion of Suppliers if they wish to submit a bid for Lot 2 for a minimum subsidy model.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.11) Information about options
Options: Yes
Description of options
The Initial Term will be 3 years 6 months. The option to extend the contract will be 4 years and 6 months. Taking it to a total term of 8 years.
Tenderers to note, the initial Contract term will need to coincide with the agreed registration dates under the Leicester City Council and Leicestershire County Council Enhanced Partnership Schemes.
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: 2024/S 000-033591
Section five. Award of contract
Contract No
PAN3062 - Park and Ride Operational Contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 January 2025
five.2.2) Information about tenders
Number of tenders received: 4
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: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Roberts Coaches Ltd
Leicester
Country
United Kingdom
NUTS code
- UKF - East Midlands (England)
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,972,000
Section five. Award of contract
Contract No
PAN3062 - Park and Ride Operational Contract
Lot No
1
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.3) Additional information
As per the tender documentation only one Lot was to be chosen to go forward with award subject to the mechanism described within the ITT documentation. Lot 2 based upon all three services operating on a Minimum subsidy model was deemed most economically advantageous tender.
six.4) Procedures for review
six.4.1) Review body
Construction and Technology Court (King's Bench Division)
Birmingham
B4 6DS
Country
United Kingdom