Section one: Contracting authority
one.1) Name and addresses
Portsmouth City Council
Civic Offices, Guildhall Square
PORTSMOUTH
PO1 2AL
Contact
Procurement Service
procurement@portsmouthcc.gov.uk
Telephone
+44 2392688235
Country
United Kingdom
Region code
UKJ31 - Portsmouth
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.portsmouth.gov.uk/ext/business/business.aspx
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/portsmouthcc/aspx/home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/portsmouthcc/aspx/home
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
Park & Ride Bus Service - Portsmouth
two.1.2) Main CPV code
- 60172000 - Hire of buses and coaches with driver
two.1.3) Type of contract
Services
two.1.4) Short description
Portsmouth City Council - the 'council' - is inviting tenders from suitably qualified and experienced operators for the delivery of park & ride bus services.
The dedicated Park & Ride terminal located adjacent to the M275 at Tipner was opened in 2014 and currently has 665 car parking spaces. It provides a frequent, quick, high-quality bus link between the Park & Ride site and the city.
Further information in respect of the park & ride facilities, schedules and ticketing options can be found on the website via the link below:
https://parkandride.portsmouth.gov.uk/facilities.shtml
Tickets are provided by the council through an off- bus ticket machine or via a smart card or other routes. The tickets are on a fixed price scheme for a number of occupants in the car.
This will also apply to the new arrangements which are the subject of this procurement whereby the successful operator will be paid a fixed agreed amount for running the service and not required to provide an on-bus ticketing option.
The council will continue to take demand risk but will expect the operator to work in partnership to identify and implement initiatives which increase sales, improve the service and reduce costs over the term of the contract.
The council is seeking to address financial, service and environmental objectives and consider options through the procurement process in respect of service coverage, financial and environmental objectives. In order to investigate these options and enable the council to arrive at a fully informed market tested decision tenders will be invited against a range of Lots and Sub-Lots, being:
Lot 1 - Dedicated Service - Euro 6 Vehicles
• Lot 1A - Current Service Schedule & Frequencies
• Lot 1B - Reduced Service Schedule & Frequencies
Lot 2 - Dedicated Service - Fully Electric Service
• Lot 2A - Current Service Schedule & Frequencies
• Lot 2B - Reduced Service Schedule & Frequencies
Lot 3 - Hybrid Service - Euro 6 Vehicles as Minimum
• Lot 3A - Current Service Schedule & Frequencies as minimum
Tenderers have the option of tendering for one, all or any combination of Lot and Sub-Lot options. Each Lot and Sub-Lot will be evaluated separately. In respect of Lot 3 Tenderers have the option of submitting up to 3 bid proposals for consideration. The Council will then review the options and award the contract to the highest ranking tenderer for the Lot and associated Sub-Lot selected.
Based upon current operations which align with option Lot 1A the council estimates the value of the contract to be approximately £480,000 per annum. Whilst the council cannot provide an accurate forecast or guarantee of take up of optional seasonal services, extensions and ad-hoc services take up of these options could equate to a maximum further value of £100,000 per annum.
Based upon the contract running for 8 years, full take up of additional service options and application of inflation the value of the contract could equate to approximately £5.1M.
The council will run the procurement process in accordance with the 'Open Procedure' as set out within the Public Contracts Regulations (2015). The procurement programme is set out below:
• Issue FTS Contract Notice - 6th May 2024
• Issue Tender Documents via In-tend - 6th May 2024
• Bidder Briefing (via teams) - 14th May 2024 12:00 - 13:00
• Request for Clarification Deadline - 28th May 12:00
• Tender Return Deadline - 7th June 2024 12:00
• Award Decision Notification - 5th July 2024
• Standstill Period Expiry - 15th July 2024 23:59
• Contract Award - 16th July 2024
• Contract Service Commencement - 1st September 2024
Application is via submission of completed tender by the deadline stated above via the Council's e-sourcing system In-tend, which is accessible via: https://intendhost.co.uk/portsmouthcc/aspx/home.
The system will be used to administrate the procurement process in its entirety, guidance documentation is available via the link above.
two.1.5) Estimated total value
Value excluding VAT: £5,100,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenderers have the option of tendering for one, all or any combination of Lot and Sub-Lot options. Each Lot and Sub-Lot will be evaluated separately. The Council will then review the options and award the contract to the highest ranking tenderer for the Lot and associated Sub-Lot selected.In respect of Lot 3 Tenderers have the option of submitting up to 3 bid proposals for consideration. The council would ideally wish to make an award from Lot 2A which is likely to best address its service and environmental objectives. However, the council is also seeking to address significant financial objectives through this procurement which may best addressed via an award from Lot 1B or Lot 3A. The council is therefore unable to provide a set mechanism covering how it will decide upon which Lot option it will award from.
two.2) Description
two.2.1) Title
Dedicated Service - Euro 6 Vehicles
Lot No
1A
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
- 60170000 - Hire of passenger transport vehicles with driver
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
two.2.4) Description of the procurement
Lot 1 - Dedicated Service - Euro 6 Vehicles
• Lot 1A - Current Service Schedule & Frequencies
• Lot 1B - Reduced Service Schedule & Frequencies
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Base term of 5 years, with a provision to extend by a further 3 years in increments to be agreed. Subject to agreement and performance of both parties, up to a maximum total term of 8 years, as permitted under the Transport Act (1985).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will run for a base term of 5 years with an option to extend by a further 3 years in increments to be agreed, subject to agreement and performance of both parties, up to a maximum total term of 8 years, as permitted under the Transport Act (1985).
two.2) Description
two.2.1) Title
Lot 2 - Dedicated Service - Fully Electric Service
Lot No
2
two.2.2) Additional CPV code(s)
- 60172000 - Hire of buses and coaches with driver
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
two.2.4) Description of the procurement
Lot 2 - Dedicated Service - Fully Electric Service
• Lot 2A - Current Service Schedule & Frequencies
• Lot 2B - Reduced Service Schedule & Frequencies
The contract will run for a maximum total term of 8 years, as permitted under the Transport Act (1985) with no further option to extend.
The council is inviting bids on a longer 8 year base term for Lot 2 in view of the higher acquisition costs for fully electric vehicles which may need to be spread over a longer period of time.
In respect of Lot 2 the successful operator may initially run the service using Euro 6 vehicles on the condition that the service is delivered by a fully electric vehicle before the end of the first year of the contract.
The successful operator will be required to provide an off site charging solution for the electric vehicles as the council cannot at present provide charging at either the Park & Ride site or the Hard Terminal.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 3 - Hybrid Service - Euro 6 Vehicles as Minimum
Lot No
3
two.2.2) Additional CPV code(s)
- 60172000 - Hire of buses and coaches with driver
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
two.2.4) Description of the procurement
Lot 3 - Hybrid Service - Euro 6 Vehicles as Minimum
• Lot 3A - Current Service Schedule & Frequencies as minimum
In respect of Lot 3 Tenderers have the option of submitting up to 3 bid proposals for consideration.
Lot 3 allows for tenderers to include for delivery in part or in full through the re-direction of existing services that they currently operate in order to provide efficiencies which could, for instance, allow for proposals which provide for increased frequencies and / or cost reductions.
Tenders submitted against this Lot option must meet the current schedule & frequencies as a minimum but may, in view of capacity considerations, put forward increased frequencies for example.
All vehicles must be Euro 6 as a minimum however tenderers may also include for full or partial use of electric vehicles, hybrid vehicles, HVO fuel vehicles, etc.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract will run for a base term of 3 years with an option to extend by a further 5 years in increments to be agreed, subject to agreement and performance of both parties, up to a maximum total term of 8 years, as permitted under the Transport Act (1985).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will run for a base term of 3 years with an option to extend by a further 5 years in increments to be agreed, subject to agreement and performance of both parties, up to a maximum total term of 8 years, as permitted under the Transport Act (1985).
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
Tenderers must be able to demonstrate that they can meet a range of pass/fail requirements before their proposals will be considered. These requirements are fully detailed within the procurement documents but include for the following:
• Latest turnover figures x 2 per annum contract value - approx. £1M
• Experience running at least 1 year-round scheduled public or private bus / coach service which:
o Has been running for at least 1 year
o Has the capacity to provide at least 100 passenger trips per day
• Possession of Public Service Vehicle (PSV) Operators License
• Driver & Vehicle Standards Agency (DVSA) Operator Compliance Risk Score (OCRS) to ether blue or green level
• Public & Employers Liability Insurance of at least £10M each & every claim
In line with the National Bus Strategy the successful operator will be required to enter into the Portsmouth Enhanced Partnership.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement 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
7 June 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
7 June 2024
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
In addition the Park & Ride facility has also been used to run services to meet demand from events such as the Great South Run, Portsmouth Pride and Victorious Festival.
Since 2021 the council has also operated a summer service - the PR3 - operating between the Park & Ride site and Southsea. It runs every 30 minutes using two vehicles. This has run for 3 years, increasing in popularity each year. In 2023, the service ran on weekends and bank holidays between 27 May and 16 July, then daily between 22 July and 3 September.
The Council has also provided a Christmas service operating between the Park & Ride site and Southsea on both Saturday and Sunday. The Saturday service runs on a 20 minute frequency and the Sunday service runs on a 10 minute frequency.
The additional services referred to above are not within the scope of the current contract but will be included for within this procurement as optional extras which the council may utilise at its discretion.
Whilst the council cannot provide an accurate forecast or guarantee of take up of optional seasonal service extensions and ad-hoc services this could equate to an additional maximum value of £100,000 per annum, again exclusive of VAT.
Over the maximum 8 year term of the contract with full take up of options and applying inflation at an upper estimate of 3% the value of the contract based upon a Lot 1A award could equate to approx. £5.1M excluding VAT.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom