Section one: Contracting authority
one.1) Name and addresses
Reading Borough Council
Civic Offices, Bridge Street
Reading
RG1 2LU
Contact
Emma Glynn
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
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
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