Tender

Chelmsford Park and Ride

  • Essex County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-018929

Procurement identifier (OCID): ocds-h6vhtk-050cb5

Published 2 May 2025, 6:53pm

This version 2 May 2025, 6:59pm

Last edited 2 May 2025, 7:04pm

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

Scope

Reference

PL0097

Description

The purpose of this tender is to ensure that the residents of Essex continue to have a Park and Ride service into Chelmsford city centre. This will ensure ECC continues to align with sustainable transport strategy, as well as with agreed various visions, objectives and policies reflected within the current Local Transport Plan.

This tender is for the award of two Park and Ride Services (which will form the basis of the two lots) at the following Park and Ride Sites:

- The Sandon Park and Ride Service: accessible from the A12 and has a short 10-minute journey time into the city centre.

- The Chelmer Valley Park and Ride Service: situated along the A134 and is accessible from Braintree and The Beaulieu Development, North Chelmsford, and is a 15-minute journey time into the city centre

The new bus Services contract will be awarded as Gross Cost Contracts, and the Service Commencement Date will be the 6th of March 2026. The initial contract term will be either three (3) or four (4) years, depending on the outcome of the tender.

The Sandon Park and Ride Service will have two options in which bidders can bid for:

- Sandon Option 1 (Four Years)

- Sandon Option 2 (Three Years)

The Chelmer Valley Park and Ride Site will have three options in which bidders can bid for, based both of the initial contract term and the level of service coverage:

- Chelmer Valley Options 1.1 and 1.2: Current Monday to Friday daytime services with retained late evening services and Saturday services (1.1 is the four year option, and the 1.2 is the three year option).

- Chelmer Valley Options 2.1 and 2.2: Current Monday to Friday daytime services with retained late evening services but no Saturday services (2.1 is the four year option, and the 2.2 is the three year option).

- Chelmer Valley Options 3.1 and 3.2: Current Monday to Friday daytime services with retained Saturday services but no late evening services (3.1 is the four year option, and the 3.2 is the three year option).

- Chelmer Valley Options 4.1 and 4.2: Current Monday to Friday daytime services but no late evening services and no Saturday services (4.1 is the four year option, and the 4.2 is the three year option).

Total value (estimated)

  • £5,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 6 March 2026 to 6 March 2029
  • Possible extension to 6 March 2033
  • 7 years, 1 day

Description of possible extension:

Option Examples

Three Year Option: Four (4) 12-month (12) Extensions

Four Year Options: Three (3) 12-month (12) Extensions

Options

The right to additional purchases while the contract is valid.

The contracts provides grounds to upgrade the service by adding a Double Decker Bus to the fleet operating the service, with a proportionate increase in daily rate. Prices for this option will be taken at Tender.

Main procurement category

Services

CPV classifications

  • 60112000 - Public road transport services
  • 60130000 - Special-purpose road passenger-transport services

Contract locations

  • UKH3 - Essex

Lot constraints

Description of how multiple lots may be awarded:

For the Purposes of this Tender, the Chelmer Valley and Sandon Lots are divided into multiple options, based on the initial contract term (both sites) and the level of service coverage (Chelmer Valley). Further, Combination bids will be accepted and considered for award across both Lots.

This competitive flexible procedure will initially include a PSQ, where the Authority will determine if the Bidders have the correct credentials to bid, and possibly be awarded a contract. After the conclusion of the PSQ, all bidders determined to have the correct credentials to bid will be invited to submit a response to stage 1 of the ITT.

Stage 1 of the ITT will require the bidder to submit Commercial and Technical Responses to the available Park and Ride Options for both Sandon and Chelmer Valley. The Authority will then evaluate these bids, and through the information provided in the bids, and the results of the consultation, the Authority will select a preferred Chelmer Valley and Sandon.

Stage 2 of the ITT will require bidders to submit a new Commercial Response to the preferred option or options that have been selected following the Stage 1 of the ITT and the Park and Ride Consultation. The selected option or options will either be a Combination, or two Single Options (Chelmer Valley and Sandon). The new Commercial Response score will be combined with the Technical Response Score from Stage 1 to give an overall score. The bidder or bidders with the highest overall score will be selected for award.


Lot 1. Sandon Park and Ride Service

Description

The Sandon Park and Ride Service: Park and Ride Service based from the Sandon Park and Ride Site. The Site is accessible from the A12 and has a short 10-minute journey time into the city centre.

(Please see the Procontract Advert for the Schedule 1 - Part 1 - Service Specification of the Terms and Conditions, as well as the Route Timetable and Description).

Lot value (estimated)

  • £2,500,000 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Chelmer Valley Park and Ride Service

Description

The Sandon Park and Ride Service: Park and Ride Service based from the Chelmer Valley Park and Ride Site. The Site is situated along the A134 and is accessible from Braintree and The Beaulieu Development, North Chelmsford, and is a 15-minute journey time into the city centre

(Please see the Procontract Advert for the Schedule 1 - Part 1 - Service Specification of the Terms and Conditions, as well as the Route Timetable and Description).

Lot value (estimated)

  • £2,500,000 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Participation

Particular suitability

Lot 1. Sandon Park and Ride Service

Lot 2. Chelmer Valley Park and Ride Service

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

22 May 2025, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

27 May 2025, 12:00pm

Submission address and any special instructions

https://procontract.due-north.com/Login

The tender name on the ProContract system is PL0097 - Chelmsford Park and Ride.

Bidders may be required to register and sign-up for the system.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

25 July 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
ITT: Commercial Response

70% of the Overall Evaluation Criteria.

Price 70%
ITT: Quality Questions

15% of the Overall Evaluation Weighting

Criterion Evaluation: 50% on Case Study Question, 50% on Operational Support Question.

Quality 15%
ITT: Social Value

10% of the Overall Evaluation Weighting

Criterion Evaluation: 100% Social Value Score.

Quality 10%
ITT: Climate

5% of the Overall Evaluation Weighting

Criterion Evaluation: 5% Social Value Score.

Quality 5%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This competitive flexible procedure will initially include a PSQ, where the Authority will determine if the Bidders have the correct credentials to bid, and possibly be awarded a contract. After the conclusion of the PSQ, all bidders determined to have the correct credentials to bid will be invited to submit a response to stage 1 of the ITT.

Stage 1 of the ITT will require the bidder to submit all required Commercial and Technical Responses to the available Park and Ride Options for both Sandon and Chelmer Valley. The Authority will then evaluate these bids, and through the information provided in the bids, and the results of the consultation, the Authority will select a preferred Chelmer Valley and Sandon.

Stage 2 of the ITT will require bidders to submit a new Commercial Response to the preferred option or options that have been selected following the Stage 1 of the ITT and the Park and Ride Consultation. Bidders will also be required to submit a Social Value and Climate response. The selected option or options will either be a Combination of both Sites, or two Single Options (Chelmer Valley and Sandon). If a Combination Option is selected as the preferred option, bidders will be required to submit Social Value and Climate responses to both sites to submit a compliant bid.

The new Commercial Response score and Social Value and Climate Scores will be combined with the Quality Response Score from Stage 1 to give an overall score. The bidder or bidders with the highest overall score will be selected for award.


Contracting authority

Essex County Council

  • Public Procurement Organisation Number: PWVM-4844-NRQH

County Hall, Market Road

Chelmsford

CM1 1QH

United Kingdom

Region: UKH36 - Heart of Essex

Organisation type: Public authority - sub-central government