Section one: Contracting authority
one.1) Name and addresses
Stirling Council
Strategic Commissioning, Old Viewforth
Stirling
FK8 2ET
Telephone
+44 1786233384
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.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
Stirling City Park and Rid Services (P1 & P2)
Reference number
SC2021 0181
two.1.2) Main CPV code
- 60170000 - Hire of passenger transport vehicles with driver
two.1.3) Type of contract
Services
two.1.4) Short description
Stirling Council are seeking suitably qualified and experienced service providers for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.
two.1.5) Estimated total value
Value excluding VAT: £1,365,000
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 - Electric/Hydrogen
Lot No
1
two.2.2) Additional CPV code(s)
- 34121100 - Public-service buses
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Sirling Area
two.2.4) Description of the procurement
Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2)
This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed-
Lot 1 - Electric/Hydrogen
Lot 2 - Euro 6
Lot 3 - Euro 5
Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints.
For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid.
If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on.
Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).
Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this – submitted prices should include operation of both P1 and P2 routes.
two.2.5) Award criteria
Quality criterion - Name: Safe Service / Weighting: 15%
Quality criterion - Name: Vehicle Breakdown / Weighting: 10%
Quality criterion - Name: Traffic Accidents / Weighting: 10%
Quality criterion - Name: Driver Resources / Weighting: 10%
Quality criterion - Name: Punctuality / Weighting: 10%
Quality criterion - Name: Vehicle Quality / Weighting: 10%
Quality criterion - Name: Complaints / Weighting: 10%
Quality criterion - Name: Environmental Impact – Emissions Standards / Weighting: 10%
Quality criterion - Name: Additional community/passenger benefits / Weighting: 5%
Quality criterion - Name: Sustainability / Weighting: 10%
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
3 x 6 month extensions at the sole discretion of the Council
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 - Euro 6
Lot No
2
two.2.2) Additional CPV code(s)
- 34121100 - Public-service buses
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Within the area of Stirling
two.2.4) Description of the procurement
Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2)
This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed-
Lot 1 - Electric/Hydrogen
Lot 2 - Euro 6
Lot 3 - Euro 5
Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints.
For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid.
If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on.
Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).
Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this – submitted prices should include operation of both P1 and P2 routes.
two.2.5) Award criteria
Quality criterion - Name: Safe Service / Weighting: 15%
Quality criterion - Name: Vehicle Breakdown / Weighting: 10%
Quality criterion - Name: Traffic Accidents / Weighting: 10%
Quality criterion - Name: Driver Resources / Weighting: 10%
Quality criterion - Name: Punctuality / Weighting: 10%
Quality criterion - Name: Vehicle Quality / Weighting: 10%
Quality criterion - Name: Complaints / Weighting: 10%
Quality criterion - Name: Environmental Impact - Emissions Standards / Weighting: 10%
Quality criterion - Name: Additional Community/Passenger Benefits / Weighting: 5%
Quality criterion - Name: Sustainability / Weighting: 10%
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
3 x 6 month extensions at the sole discretion of the Council
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 - Euro 5
Lot No
3
two.2.2) Additional CPV code(s)
- 34121100 - Public-service buses
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Stirling Area
two.2.4) Description of the procurement
Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2)
This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed-
Lot 1 - Electric/Hydrogen
Lot 2 - Euro 6
Lot 3 - Euro 5
Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints.
For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid.
If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on.
Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5).
Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this – submitted prices should include operation of both P1 and P2 routes.
two.2.5) Award criteria
Quality criterion - Name: Safe Service / Weighting: 15%
Quality criterion - Name: Vehicle Breakdown / Weighting: 10%
Quality criterion - Name: Traffic Accidents / Weighting: 10%
Quality criterion - Name: Driver Resources / Weighting: 10%
Quality criterion - Name: Punctuality / Weighting: 10%
Quality criterion - Name: Vehicle Quality / Weighting: 10%
Quality criterion - Name: Complaints / Weighting: 10%
Quality criterion - Name: Environmental Impact - Emissions Standards / Weighting: 10%
Quality criterion - Name: Additional Community/Passenger Benefits / Weighting: 5%
Quality criterion - Name: Sustainability / Weighting: 10%
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
3 x 6 months at the sole discretion of the Council
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All bidders must hold - Standard Public Service Vehicle (PSV) Operator Licence including those listed within tender documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria:
Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
a.Employers (Compulsory) Liability Insurance - 10m GBP
b. Public Liability Insurance - 5m GBP
c. Professional Indemnity - 2m GBP
d. Products Liability - 5m GBP
e. Vehicle Insurance - covered for Hire and Reward
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
Tenderers will be required provide the following information in response to 4B.4:
Liquidity ratio for Current Year 2021
Liquidity ratio for Prior Year: 2020
The formula for calculating a Tenderer’s liquidity ratio is (current assets – stock or work in progress) divided by current liabilities. This is commonly known as the ‘Acid Test Ratio’. The acceptable range for each financial ratio is greater than 0.8. Where a Tenderer’s Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion
seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Tenderers are required to have a minimum “general” annual turnover of 1.4m GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers must provide 2 relevant examples of service contracts the've carried out within the past 3 years
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Refer to tender documentation
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
1 December 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 December 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This is dependant if 6 month extension periods are accepted, therefore tender process may take place either 2023 or 2024
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19540. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Refer to tender documents
(SC Ref:661456)
six.4) Procedures for review
six.4.1) Review body
Stirling Sheriff Court and Justice of the Peace Court
Stirling
Country
United Kingdom