- Scope of the procurement
- Lot 3. X10A + C11 DAY Bus Service; X10A - Aberfoyle – Stirling; C11 - Stirling - Cambusbarron
- Lot 2. X10 and C11 Routes; X10 - Glasgow - Balfron – Stirling Service; C11 - Stirling – Cambusbarron
- Lot 4. X10A Bus Service - Aberfoyle – Stirling
- Lot 5. C11 Bus Service - Stirling - Cambusbarron
- Lot 1. X10 Route - Balfron – Stirling
- Lot 6. C60 Bus Service - Killin – Callander
Section one: Contracting authority
one.1) Name and addresses
Stirling Council
Communities and Performance, Old Viewforth
Stirling
FK8 2ET
Contact
Jacqueline Leishman
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.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
Country
United Kingdom