Tender

North Buckinghamshire Local Bus Services

  • Buckinghamshire Council

F02: Contract notice

Notice identifier: 2022/S 000-015980

Procurement identifier (OCID): ocds-h6vhtk-034511

Published 10 June 2022, 11:08am



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Mrs Donna Aldridge

Email

Donna.Aldridge@buckinghamshire.gov.uk

Telephone

+44 1296382924

Country

United Kingdom

NUTS code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

https://www.buckinghamshire.gov.uk/

Buyer's address

https://www.supplybucksbusiness.org.uk

one.3) Communication

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

https://www.supplybucksbusiness.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplybucksbusiness.org.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

North Buckinghamshire Local Bus Services

Reference number

DN613198

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

For the provision of Local Bus Services under the Transport Act 1985 primarily within the north of Buckinghamshire. This tender opportunity is subdivided into four lots, each covering a different local bus contract. Each of these fours lots may be bid for individually.

Each of the lots relates to the replacement of an existing local bus service operating under contract to Buckinghamshire Council.

These lots are all for local bus services which operate 5-6 days per week, with no late evening or Sunday/Public Holiday operation required. Whilst bidders are advised to carefully assess the resource requirement within each lot, they are generally designed to be operated with a peak vehicle requirement of either 1 or 2 low-floor vehicles, respectively. There is no requirement for double deck vehicles. Check the relevant specifications of service for full details on vehicle requirements.

These contracts have an initial term of 2 years, with the option for two annual extensions up to a maximum of 4 years.

Lot 1: Contract N/L/16/4

Service 16 Aylesbury – Waddesdon – (Quainton) – Steeple Claydon

A contract generally intended to be operated with 2 vehicles.

Lot 2: Contract N/L/18/4

Service 18 Bicester – Steeple Claydon – Buckingham

A contract generally intended to be operated with 1 vehicle.

Lot 3: Contract N/L/111/4

Services 111 and 112: Brill, Oakley and surrounding villages to Thame and Aylesbury

Service 113: Brill, Oakley and surrounding villages to Thame and Princes Risborough

A contract generally intended to be operated with 1 vehicle.

Lot 4: Contract N/L/50/4

Service 50: Great Horwood, Drayton Parslow and Newton Longville to Milton Keynes and Winslow

A contract generally intended to be operated with 1 vehicle.

two.1.5) Estimated total value

Value excluding VAT: £1,713,000

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

Contract N/L/16/4 Service 16 Aylesbury – Waddesdon – (Quainton) – Steeple Claydon

Lot No

1

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

two.2.4) Description of the procurement

Lot 1: Contract N/L/16/4

Service 16 Aylesbury – Waddesdon – (Quainton) – Steeple Claydon

A contract generally intended to be operated with 2 vehicles.

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

24

This contract is subject to renewal

Yes

Description of renewals

2 x further extensions of 12 months each

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) Description

two.2.1) Title

Lot 2: Contract N/L/18/4 Service 18 Bicester – Steeple Claydon – Buckingham

Lot No

2

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

two.2.4) Description of the procurement

Lot 2: Contract N/L/18/4

Service 18 Bicester – Steeple Claydon – Buckingham

A contract generally intended to be operated with 1 vehicle.

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

24

This contract is subject to renewal

Yes

Description of renewals

2 x further extensions of 12 months each

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) Description

two.2.1) Title

Lot 3: Contract N/L/111/4 Services 111 and 112: Brill, Oakley and surrounding villages to Thame and Aylesbury Service 113: Brill, Oakley and surrounding villages to Thame and Princes Risborough A contract generally intended to be operated with 1 vehicle.

Lot No

3

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

two.2.4) Description of the procurement

Lot 3: Contract N/L/111/4

Services 111 and 112: Brill, Oakley and surrounding villages to Thame and Aylesbury

Service 113: Brill, Oakley and surrounding villages to Thame and Princes Risborough

A contract generally intended to be operated with 1 vehicle.

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

24

This contract is subject to renewal

Yes

Description of renewals

2 x further extensions of 12 months each

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) Description

two.2.1) Title

Lot 4: Contract N/L/50/4 Service 50: Great Horwood, Drayton Parslow and Newton Longville to Milton Keynes and Winslow

Lot No

4

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

two.2.4) Description of the procurement

Lot 4: Contract N/L/50/4

Service 50: Great Horwood, Drayton Parslow and Newton Longville to Milton Keynes and Winslow

A contract generally intended to be operated with 1 vehicle.

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

24

This contract is subject to renewal

Yes

Description of renewals

2 x further extensions of 12 months each

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


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

All criteria as stated in the procurement documents accessed via the portal

https://www.supplybucksbusiness.org.uk


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

11 July 2022

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

11 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court The Royal Courts of Justice

London

WC2A2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a standstill period at the point when information on the award of

the contract is communicated to tenderers. The standstill period will be for a minimum of 10

calendar days and provides time for unsuccessful tenderers to challenge the award decision

before the contract is entered into. The Public Contracts Regulations 2015 provide for the

aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to

take action in the High Court (England, Wales and Northern Ireland)