Tender

Replacement Bus Services

  • Stirling Council

F02: Contract notice

Notice identifier: 2022/S 000-012674

Procurement identifier (OCID): ocds-h6vhtk-033820

Published 16 May 2022, 4:14pm



Section one: Contracting authority

one.1) Name and addresses

Stirling Council

Communities and Performance, Old Viewforth

Stirling

FK8 2ET

Contact

Jacqueline Leishman

Email

leishmanj@stirling.gov.uk

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publictendersscotland.publiccontractsscotland.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

Replacement Bus Services

Reference number

SC2122-0210

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

Stirling Council are seeking tenderers for a contracted local bus service within the area of Stirling and it's boundaries. The tender will be divided into 6 lots. Operators may bid for as many of these routes as they wish, however, suppliers MUST submit a price for Lot 3 if they wish to submit a price for Lot 4 and/or Lot 5.

Submissions for Lot 4 and/or Lot 5 will not be considered without a submitted bid for Lot 3.

two.1.5) Estimated total value

Value excluding VAT: £562,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The Council reserves the right to award the most economically advantageous Lot, or combination of Lots, from the prices received.

two.2) Description

two.2.1) Title

X10A + C11 DAY Bus Service; X10A - Aberfoyle – Stirling; C11 - Stirling - Cambusbarron

Lot No

3

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

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

Stirling area and the boundaries of Stirling

two.2.4) Description of the procurement

This procurement is concerned with the purchase of services for the replacement bus services provided by Stirling Council. Each of these services will be tendered as individual lots - LOT 1 - X10, LOT 2 – X10 and C11, LOT 3 – X10A and C11 DAY, LOT 4 – X10A, LOT 5 – C11, LOT 6 – C60 to give the opportunity for local suppliers to bid for services they are interested in depending on where their depots are based.

Please note, suppliers MUST submit a price for Lot 3 if they wish to submit a price for Lot 4 and/or Lot 5.

Submissions for Lot 4 and/or Lot 5 will not be considered without a submitted bid for Lot 3.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

This contract has the option to extend for 12 months at the sole discretion of Stirling Council

two.2.10) Information about variants

Variants will be accepted: No

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.2.14) Additional information

Where either no bids or no suitable bids for any individual contract following this or any tender exercise are received, in accordance with Regulation 33 (1) (a) of the Public Contracts Scotland Regulations 2015, Stirling Council will seek to obtain Best Value via direct negotiation with any operator it feels may deliver this.

two.2) Description

two.2.1) Title

X10 and C11 Routes; X10 - Glasgow - Balfron – Stirling Service; C11 - Stirling – Cambusbarron

Lot No

2

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

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

Stirling area and boundaries of Stirling

two.2.4) Description of the procurement

This procurement is concerned with the purchase of services for the replacement bus services provided by Stirling Council. Each of these services will be tendered as individual lots - LOT 1 - X10, LOT 2 – X10 and C11, LOT 3 – X10A and C11 DAY, LOT 4 – X10A, LOT 5 – C11, LOT 6 – C60 to give the opportunity for local suppliers to bid for services they are interested in depending on where their depots are based.

Please note, suppliers MUST submit a price for Lot 3 if they wish to submit a price for Lot 4 and/or Lot 5.

Submissions for Lot 4 and/or Lot 5 will not be considered without a submitted bid for Lot 3.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

With the option to extend for 12 months at the sole discretion of Stirling Council

two.2.10) Information about variants

Variants will be accepted: No

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.2.14) Additional information

Where either no bids or no suitable bids for any individual contract following this or any tender exercise are received, in accordance with Regulation 33 (1) (a) of the Public Contracts Scotland Regulations 2015, Stirling Council will seek to obtain Best Value via direct negotiation with any operator it feels may deliver this.

two.2) Description

two.2.1) Title

X10A Bus Service - Aberfoyle – Stirling

Lot No

4

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

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

The area of Stirling and it's boundaries

two.2.4) Description of the procurement

This procurement is concerned with the purchase of services for the replacement bus services provided by Stirling Council. Each of these services will be tendered as individual lots - LOT 1 - X10, LOT 2 – X10 and C11, LOT 3 – X10A and C11 DAY, LOT 4 – X10A, LOT 5 – C11, LOT 6 – C60 to give the opportunity for local suppliers to bid for services they are interested in depending on where their depots are based.

Please note, suppliers MUST submit a price for Lot 3 if they wish to submit a price for Lot 4 and/or Lot 5.

Submissions for Lot 4 and/or Lot 5 will not be considered without a submitted bid for Lot 3.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

This contract has the option to extend for 12 months at the sole discretion of Stirling Council

two.2.10) Information about variants

Variants will be accepted: No

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.2.14) Additional information

Where either no bids or no suitable bids for any individual contract following this or any tender exercise are received, in accordance with Regulation 33 (1) (a) of the Public Contracts Scotland Regulations 2015, Stirling Council will seek to obtain Best Value via direct negotiation with any operator it feels may deliver this.

two.2) Description

two.2.1) Title

C11 Bus Service - Stirling - Cambusbarron

Lot No

5

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

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

Stirling area and it's boundaries

two.2.4) Description of the procurement

This procurement is concerned with the purchase of services for the replacement bus services provided by Stirling Council. Each of these services will be tendered as individual lots - LOT 1 - X10, LOT 2 – X10 and C11, LOT 3 – X10A and C11 DAY, LOT 4 – X10A, LOT 5 – C11, LOT 6 – C60 to give the opportunity for local suppliers to bid for services they are interested in depending on where their depots are based.

Please note, suppliers MUST submit a price for Lot 3 if they wish to submit a price for Lot 4 and/or Lot 5.

Submissions for Lot 4 and/or Lot 5 will not be considered without a submitted bid for Lot 3.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

This contract has the option to extend for 12 months at the sole discretion of Stirling Council

two.2.10) Information about variants

Variants will be accepted: No

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.2.14) Additional information

Where either no bids or no suitable bids for any individual contract following this or any tender exercise are received, in accordance with Regulation 33 (1) (a) of the Public Contracts Scotland Regulations 2015, Stirling Council will seek to obtain Best Value via direct negotiation with any operator it feels may deliver this.

two.2) Description

two.2.1) Title

X10 Route - Balfron – Stirling

Lot No

1

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

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

Stirling and within it's boundaries

two.2.4) Description of the procurement

This procurement is concerned with the purchase of services for the replacement bus services provided by Stirling Council. Each of these services will be tendered as individual lots - LOT 1 - X10, LOT 2 – X10 and C11, LOT 3 – X10A and C11 DAY, LOT 4 – X10A, LOT 5 – C11, LOT 6 – C60 to give the opportunity for local suppliers to bid for services they are interested in depending on where their depots are based.

Please note, suppliers MUST submit a price for Lot 3 if they wish to submit a price for Lot 4 and/or Lot 5.

Submissions for Lot 4 and/or Lot 5 will not be considered without a submitted bid for Lot 3.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

This contract has the option to extend for 12 months at the sole discretion of Stirling Council

two.2.10) Information about variants

Variants will be accepted: No

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.2.14) Additional information

Where either no bids or no suitable bids for any individual contract following this or any tender exercise are received, in accordance with Regulation 33 (1) (a) of the Public Contracts Scotland Regulations 2015, Stirling Council will seek to obtain Best Value via direct negotiation with any operator it feels may deliver this.

two.2) Description

two.2.1) Title

C60 Bus Service - Killin – Callander

Lot No

6

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

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

Stirling Area and it's Boundaries

two.2.4) Description of the procurement

This procurement is concerned with the purchase of services for the replacement bus services provided by Stirling Council. Each of these services will be tendered as individual lots - LOT 1 - X10, LOT 2 – X10 and C11, LOT 3 – X10A and C11 DAY, LOT 4 – X10A, LOT 5 – C11, LOT 6 – C60 to give the opportunity for local suppliers to bid for services they are interested in depending on where their depots are based.

Please note, suppliers MUST submit a price for Lot 3 if they wish to submit a price for Lot 4 and/or Lot 5.

Submissions for Lot 4 and/or Lot 5 will not be considered without a submitted bid for Lot 3.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

This contract has the option to extend for 12 months at the sole discretion of Stirling Council

two.2.10) Information about variants

Variants will be accepted: No

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.2.14) Additional information

Where either no bids or no suitable bids for any individual contract following this or any tender exercise are received, in accordance with Regulation 33 (1) (a) of the Public Contracts Scotland Regulations 2015, Stirling Council will seek to obtain Best Value via direct negotiation with any operator it feels may deliver this.


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 bidders must hold - Standard Public Service Vehicle (PSV) Operator Licence including those listed within tender documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

a.Employers (Compulsory) Liability Insurance - 10m GBP

b. Public Liability Insurance - 5m GBP

c. Professional Indemnity - 2m GBP

d. Products Liability - 5m GBP

e. Vehicle Insurance - covered for Hire and Reward

Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.

Tenderers will be required provide the following information in response to 4B.4:

Liquidity ratio for Current Year 2021

Liquidity ratio for Prior Year: 2020

The formula for calculating a Tenderer’s liquidity ratio is (current assets – stock or work in progress) divided by current liabilities. This is commonly known as the ‘Acid Test Ratio’. The acceptable range for each financial ratio is greater than 0.8. Where a Tenderer’s Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Tenderers are required to have a minimum “general” annual turnover of 1200000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers must provide 2 relevant examples of service contracts they've carried out within the past 3 years

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Refer to tender 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

Date

22 June 2022

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 June 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This is dependant if the 12 month extension period is accepted, therefore may be are accepted, therefore tender process may take place either 2023 or 2024

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is _21115. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Refer to tender documents

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21115. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows:Please detail the community benefits which your organisation will apply to this contract. For example, training and recruitment, the availability of subcontract opportunities or investment in Stirling’s local community. Details within tender documents

(SC Ref:690747)

six.4) Procedures for review

six.4.1) Review body

Stirling Sheriff Court and Justice of the Peace Court

Stirling

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Stirling Council

Old Viewforth

Stirling

FK8 2ET

Email

leishmanj@stirling.gov.uk

Country

United Kingdom