Opportunity

Route 9 Bus Service

  • Reading Borough Council

F02: Contract notice

Notice reference: 2023/S 000-015181

Published 26 May 2023, 11:45pm



Section one: Contracting authority

one.1) Name and addresses

Reading Borough Council

Civic Offices, Bridge Street

Reading

RG1 2LU

Contact

Emma Glynn

Email

Emma.Glynn@reading.gov.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

www.reading.gov.uk

Buyer's address

https://in-tendhost.co.uk/readingbc/aspx/Tenders/Current

one.3) Communication

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

https://in-tendhost.co.uk/readingbc/aspx/Tenders/Current

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/readingbc/aspx/Tenders/Current

Tenders or requests to participate must be submitted to the above-mentioned address

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

Route 9 Bus Service

Reference number

RBC P 00001589

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

Reading Borough Council (RBC) is inviting tenders from suitable operators for the provision of a public Bus Service along Route 9. The current Route 9 runs from Reading Station to the Royal Berkshire Hospital, Cressingham Road and Whitley Wood Road/Northumberland Avenue.This tender is offered over two Lots: Lot 1 replicates the existing route and timetable. Lot 2 extends the Lot 1 contract route via Worton Grange to Lime Square and Reading Green Park Train Station. It is assumed that this will be a three-bus timetable. Both services will run from Monday to Friday from approximately 0600-2030.Bidders are invited to bid for one or both Lots. RBC intends to award to one Lot only, based on the prices obtained and the final budget available.The value of the contract is estimated to be between £216K and £1.82million, depending on the Lot selected and the take up of extension options.The closing date for this tender is 10:00 on Tuesday 27th June 2023.

two.1.5) Estimated total value

Value excluding VAT: £1,820,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Route 9 core service

Lot No

1

two.2.2) Additional CPV code(s)

  • 60172000 - Hire of buses and coaches with driver
  • 50113100 - Bus repair services
  • 34114400 - Minibuses
  • 50113200 - Bus maintenance services
  • 34121100 - Public-service buses
  • 60100000 - Road transport services
  • 60112000 - Public road transport services
  • 34121300 - Double-decker buses
  • 60170000 - Hire of passenger transport vehicles with driver
  • 34121000 - Buses and coaches
  • 34144910 - Electric buses
  • 34121400 - Low-floor buses

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire

two.2.4) Description of the procurement

As part of the Reading Borough Council's (RBC) Bus Service Improvement Plan, RBC has committed to delivering key bus services within the Borough in order to improve equality of access to transport service. The Route 9 service is vital to delivering this outcome.Lot 1 is the core Route 9 service to replicate the existing route and timetable. The service runs from Reading Station to the Royal Berkshire Hospital, Cressingham Road and Whitley Wood Road/Northumberland Avenue. The core service will run from Monday to Friday from approximately 0600-2030, although changes to the service, including extending the operating hours, may be enacted during the course of the contract if required to meet customer needs.This Lot is offered on a gross cost basis, with RBC taking on the commercial risk of the service. In this model, bidders submit their price for operating the service as part of the tender return. The Operator shall be paid the full, monthly contract price, but any fares taken aboard the Route 9 Service shall be the property of RBC and shall be netted off against the contract price when invoicing.The estimated value of this contract is between £216K and £660K, based on the core service and depending on the take up of extension options within the contract. However, this service may be developed over the course of the contract to ensure the best possible service for customers, including extended operating hours, and therefore the value of the contract could increase accordingly.The initial term of the contract is due to commence on 24th July 2023 and end on 31st March 2025, with the option to extend until 31st March 2028.

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

56

This contract is subject to renewal

Yes

Description of renewals

The initial term of the contract runs until 31st March 2025. The contract includes the option to extend for a period of 36 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the contract runs until 31st March 2025. The contract includes the option to extend for a period of 36 months.

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

Lot 2 - Route 9 extended serivce

Lot No

2

two.2.2) Additional CPV code(s)

  • 60172000 - Hire of buses and coaches with driver
  • 50113100 - Bus repair services
  • 34114400 - Minibuses
  • 34121000 - Buses and coaches
  • 60100000 - Road transport services
  • 60112000 - Public road transport services
  • 34121300 - Double-decker buses
  • 60170000 - Hire of passenger transport vehicles with driver
  • 34121400 - Low-floor buses
  • 34144910 - Electric buses
  • 50113200 - Bus maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire

two.2.4) Description of the procurement

As part of the Reading Borough Council's (RBC) Bus Service Improvement Plan, RBC has committed to delivering key bus services within the Borough in order to improve equality of access to transport service. The Route 9 service is vital to delivering this outcome.Lot 2 is an extended Route 9 service. This extends the Lot 1 contract route that uns from Reading Station to the Royal Berkshire Hospital, Cressingham Road and Whitley Wood Road/Northumberland Avenue, via Worton Grange to Lime Square and the soon to be opened Reading Green Park Train Station. It is assumed that this extend route will require the equivalent of a three-timetable. The core service will run from Monday to Friday from approximately 0600-2030, although changes to the service, including extending the operating hours, may be enacted during the course of the contract if required to meet customer needs.This Lot is offered on a gross cost basis, with RBC taking on the commercial risk of the service. In this model, bidders submit their price for operating the service as part of the tender return. The Operator shall be paid the full, monthly contract price, but any fares taken aboard the Route 9 Service shall be the property of RBC and shall be netted off against the contract price when invoicing.The estimated value of this contract is between £650K and £1.82M, based on a three-bus timetable delivering the core service hours, and depending on the take up of extension options within the contract. However, this service may be developed over the course of the contract to ensure the best possible service for customers, including extended operating hours, and therefore the value of the contract could increase accordingly.The initial term of the contract is due to commence on 24th July 2023 and end on 31st March 2025, with the option to extend until 31st March 2028.

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

56

This contract is subject to renewal

Yes

Description of renewals

The initial term of the contract runs until 31st March 2025. The contract includes the option to extend for a period of 36 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the contract runs until 31st March 2025. The contract includes the option to extend for a period of 36 months.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

27 June 2023

Local time

10:00am

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

English

four.2.7) Conditions for opening of tenders

Date

27 June 2023

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079477882

Country

United Kingdom

Internet address

https://www.justice.co.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The relevant deadlines depend on the specific nature of the remedies required and are defined in Regulations 93 & 94 of the Public Contracts Regulations 2015.

six.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

70 Whitehall

London

SQ1A 2AS

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/cabinet-office