- Scope of the procurement
- Lot 1. Contract N/L/16/4 Service 16 Aylesbury – Waddesdon – (Quainton) – Steeple Claydon
- Lot 2: Contract N/L/18/4 Service 18 Bicester – Steeple Claydon – Buckingham
- 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
Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Mrs Donna Aldridge
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
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)