Opportunity

Stirling City Park and Rid Services (P1 & P2)

  • Stirling Council

F02: Contract notice

Notice reference: 2021/S 000-027227

Published 29 October 2021, 4:14pm



Section one: Contracting authority

one.1) Name and addresses

Stirling Council

Strategic Commissioning, Old Viewforth

Stirling

FK8 2ET

Email

procurement@stirling.gov.uk

Telephone

+44 1786233384

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.stirling.gov.uk

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