Section one: Contracting authority
one.1) Name and addresses
Reading Borough Council
Civic Offices, Bridge Street
Reading
RG1 2LU
Contact
Emma Glynn
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/reading/aspx/Tenders/Current
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/reading/aspx/Tenders/Current
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
BUZZ 42 Bus Service
Reference number
RBC P 00001753
two.1.2) Main CPV code
- 60100000 - Road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
Reading Borough Council (RBC) is inviting tenders from qualified operators for the provision of the BUZZ 42 public Bus Service. The current service runs from Kenavon Drive to Rivermead and operates Monday to Saturday, from 0600 (0700 on Saturday) to 1915 (approx.). The current service and timetable represent the base service for the contract is the minimum level of service to be provided by the operator. RBC has secured funding to deliver an enhanced Buzz 42 service as part of its Bus Service Improvement Plan (BSIP). The enhanced service will consist of an extended route to include additional stops in Tilehurst, a more frequent service that includes a Sunday service. It is anticipated that the enhanced service will be delivered using either a two or three bus timetable and therefore this tender is offered over 2 Lots to cover both options. Bidders are encouraged to bid for both Lots. The value of the contract will depend on the level of funding secured and the take up of options.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
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 - Base service with enhanced service delivered to 2 bus timetable
Lot No
1
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
- 60170000 - Hire of passenger transport vehicles with driver
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
two.2.4) Description of the procurement
Reading Borough Council (RBC) is inviting tenders from suitably qualified operators for the provision of the BUZZ 42 public Bus Service. The current BUZZ 42 service runs from Kenavon Drive to Rivermead and is in operation from Monday to Saturday from approximately 0600 (0700 on Saturday) to approximately 1915.The current service and timetable represents the base service for this contract and will be the minimum level of service to be provided by the operator throughout the contract period. RBC has secured funding to deliver an enhanced Buzz 42 service as part of its Bus Service Improvement Plan (BSIP). The enhanced service will consist of an extended route to include additional stops in Tilehurst, a more frequent service that includes a Sunday service. It is anticipated that the enhanced service will be delivered using either a two or three bus timetable. Given the two delivery options, this tender is offered over two Lots. This Lot 1 is for the base service with the enhanced service delivered using a two bus timetable. RBC has lotted this tender in order obtain prices for both route options via a competitive process. RBC intends to award to one Lot only. Lot selection will depend on the prices submitted during the tender process and the level of budget available. Bidders can submit bids for either or both Lots, although RBC would like to encourage bidders to consider submitting a bid for both Lots. Each Lot is offered on a gross cost basis.The Bus Service must comply with all regulations for Bus provision as covered under the operator’s licence provided by the Traffic Commissioner.The contract is estimated to start on 2nd January 2024 and will run for an initial term that expires on 1st January 2027, with the option to extend by up to 2 further years in increments to be agreed.The value of this contract is estimated to be in the region of £671,000 to £1.2million, depending on the Lot selected and the take up of extensions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial period of the contract will end on 1st January 2027. The contract may be extended, subject to the performance of the supplier and the availability of funding, for periods of up to a total of 2 years, in increments to be agreed.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Delivery of at least the base service will be required throughout the contract period. Delivery of the enhanced service will be based on securing necessary funding. Currently the enhanced service is anticipate to run from 1st April 2024 to 31st March 2025. RBC is currently in the process of securing an extension to this funding and therefore it is anticipated that the enhanced service will be extended. This will be confirmed with the supplier at the earliest opportunity. In the event that enhanced service funding expires during the contract period, the base service will continue. In the event that additional funding can be secured at a later date, the enhanced service may be re-commissioned through this contract.The initial period of the contract will end on 1st January 2027. The contract may be extended, subject to the performance of the supplier and the availability of funding, for periods of up to a total of 2 years, in increments to be agreed.
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 - Base service with enhanced service delivered to a 3 bus timetable
Lot No
2
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
- 60170000 - Hire of passenger transport vehicles with driver
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
two.2.4) Description of the procurement
Reading Borough Council (RBC) is inviting tenders from suitably qualified operators for the provision of the BUZZ 42 public Bus Service. The current BUZZ 42 service runs from Kenavon Drive to Rivermead and is in operation from Monday to Saturday from approximately 0600 (0700 on Saturday) to approximately 1915.The current service and timetable represents the base service for this contract and will be the minimum level of service to be provided by the operator throughout the contract period. RBC has secured funding to deliver an enhanced Buzz 42 service as part of its Bus Service Improvement Plan (BSIP). The enhanced service will consist of an extended route to include additional stops in Tilehurst, a more frequent service that includes a Sunday service. It is anticipated that the enhanced service will be delivered using either a two or three bus timetable. Given the two delivery options, this tender is offered over two Lots. This Lot 2 is for the base service with the enhanced service delivered using a three bus timetable. RBC has lotted this tender in order obtain prices for both route options via a competitive process. RBC intends to award to one Lot only. Lot selection will depend on the prices submitted during the tender process and the level of budget available. Bidders can submit bids for either or both Lots, although RBC would like to encourage bidders to consider submitting a bid for both Lots. Each Lot is offered on a gross cost basis.The Bus Service must comply with all regulations for Bus provision as covered under the operator’s licence provided by the Traffic Commissioner.The contract is estimated to start on 2nd January 2024 and will run for an initial term that expires on 1st January 2027, with the option to extend by up to 2 further years in increments to be agreed.The value of this contract is estimated to be in the region of £671,000 to £1.2million, depending on the Lot selected and the take up of extensions.
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
60
This contract is subject to renewal
Yes
Description of renewals
The initial period of the contract will end on 1st January 2027. The contract may be extended, subject to the performance of the supplier and the availability of funding, for periods of up to a total of 2 years, in increments to be agreed.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Delivery of at least the base service will be required throughout the contract period. Delivery of the enhanced service will be based on securing necessary funding. Currently the enhanced service is anticipate to run from 1st April 2024 to 31st March 2025. RBC is currently in the process of securing an extension to this funding and therefore it is anticipated that the enhanced service will be extended. This will be confirmed with the supplier at the earliest opportunity. In the event that enhanced service funding expires during the contract period, the base service will continue. In the event that additional funding can be secured at a later date, the enhanced service may be re-commissioned through this contract.The initial period of the contract will end on 1st January 2027. The contract may be extended, subject to the performance of the supplier and the availability of funding, for periods of up to a total of 2 years, in increments to be agreed.
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
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
6 November 2023
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 November 2023
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Summer/Autumn 2028
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079477882
Country
United Kingdom