Tender

Supported Bus Services - RBWM

  • The Royal Borough of Windsor and Maidenhead Council

F24: Concession notice

Notice identifier: 2024/S 000-022294

Procurement identifier (OCID): ocds-h6vhtk-047e79

Published 18 July 2024, 1:31pm



Section one: Contracting authority/entity

one.1) Name and addresses

The Royal Borough of Windsor and Maidenhead Council

Town Hall,St Ives Road

MAIDENHEAD

SL61RF

Contact

Joey Stanford

Email

Joey.Stanford@RBWM.gov.uk

Telephone

+44 1628796730

Country

United Kingdom

Region code

UKJ11 - Berkshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.rbwm.gov.uk/

one.3) Communication

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

https://public.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Applications or, where applicable, tenders must be submitted electronically via

https://public.bravosolution.co.uk/web/login.html

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

Supported Bus Services - RBWM

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority (the Royal Borough of Windsor & Maidenhead) is procuring supported bus services under The Public Service Obligations in Transport Regulations 2023. These contracts are concessionary in nature but are not caught by the Concession Contracts Regulations 2016. The Authority intends to utilise a 'competitive' procedure (so-called under the Regulations) which broadly mirrors that of a competitive procedure with negotiation under the PCR 2015. .

The Authority is proposing six routes (consolidating its existing routes) which make up the lotting structure for this tender. They are as follows:

• Lot 1: Maidenhead to Henley & Twyford;

• Lot 2: Maidenhead Town Services;

• Lot 3: Slough to Eton Wick;

• Lot 4: Windsor to Ascot (via Sunninghill);

• Lot 5: Windsor to Maidenhead; and

• Lot 6: Windsor to Staines.

The Authority has up to £1.28 million (per annum) to supplement the services. We anticipate an effective date (i.e. contract signature and mobilisation to commence) of early January 2025 with services commencement from April 2025. The contract term is as follows: 5+3+2.

Bidders will be required to submit, and pass, a selection questionnaire.

two.1.5) Estimated total value

Value excluding VAT: £18,650,000

two.1.6) Information about lots

This concession is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Maidenhead to Henley & Twyford

Lot No

1

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 1 is for services on the Maidenhead to Henley & Twyford route. Please see Annex A.2.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2) Description

two.2.1) Title

Lot 2: Maidenhead Town Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 2 is for Maidenhead Town Services bus provision. Please see Annex A.3 for further information.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2) Description

two.2.1) Title

Lot 3: Slough to Eton Wick

Lot No

3

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 3 is for the Slough to Eton Wick route. Please see Annex A.4 for further information.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2) Description

two.2.1) Title

Lot 4: Windsor to Ascot (via Sunninghill)

Lot No

4

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 4 is for the Windsor to Ascot (via Sunninghill) route. Please see Annex A.5 for further information.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2) Description

two.2.1) Title

Lot 5: Windsor to Maidenead

Lot No

5

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 5 is for the Windsor to Maidenhead route. Please see Annex A.6 for further information.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2) Description

two.2.1) Title

Lot 6: Windsor to Staines

Lot No

6

two.2.2) Additional CPV code(s)

  • 60112000 - Public road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

Lot 6 is for the Windsor to Staines route. Please see Annex A.7 for further information.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents


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.2) Administrative information

four.2.2) Time limit for submission of applications or receipt of tenders

Date

12 September 2024

Local time

1:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NB: the differing deadlines for the selection questionnaire and tender submission. The deadline provided in this contract notice is for tender submission. The deadline for selection questionnaire submission is 16/08/2024 (by 13:00).

six.4) Procedures for review

six.4.1) Review body

Royal Borough of Windsor & Maidenhead Maidenhead

Maidenhead

Country

United Kingdom