Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
Contact
Procurement Services
Telephone
+44 1164544020
Country
United Kingdom
Region code
UKF21 - Leicester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Leicestershire County Council
County Hall
Glenfield
LE3 8RA
Contact
Commercial and Procurement Services
Country
United Kingdom
Region code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
https://www.leicestershire.gov.uk/
Buyer's address
https://www.leicestershire.gov.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PAN3062 - Park and Ride Operational Contract
Reference number
DN729490
two.1.2) Main CPV code
- 60112000 - Public road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
Leicester City Council working with Leicestershire County Council invites Tenders for the provision of the operation of the Leicester Park and Ride Services for the following three sites:
• Meynell’s Gorse Park and Ride
• Enderby Park and Ride
• Birstall Park and Ride
The Services will operate on Mondays to Saturdays throughout the year from 7am to 7pm, except on Bank Holidays, excluding Good Friday. Tenderers should note that the operation and management of the park and ride sites including the car park is not included within this Contract opportunity.
To tender: (a) Go to www.eastmidstenders.org, (b) Register (c) Search for tender opportunity ‘PAN3062’ d) Express an interest (e) Download the tender from the website.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
All three services operating on a Minimum cost model
Lot No
1
two.2.2) Additional CPV code(s)
- 34121100 - Public-service buses
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
A minimum cost basis, where the price you submit is based on the cost of operating the Contract. This shall include all farebox revenue and concessionary travel reimbursement will accrue to Leicester City Council (the Authority) and should be deducted from each invoice for the relevant period.
If a minimum cost model was to be implemented this would ensure that the Authority takes the full revenue risk and would pay the Supplier for the running the Service. All Suppliers must ensure that they submit a bid for Lot 1 to be compliant.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
24 August 2025
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial period of three (3) years and six (6) months* with an option to extend (in up to a 12-month periods) up to a maximum of 54 months.
The Authority proposes to enter into one Contract for a maximum period of 8 years with the successful Supplier.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Tenderers to note, the initial Contract term will need to coincide with the agreed registration dates under the Leicester City Council and Leicestershire County Council Enhanced Partnership Schemes. This means that there may be some variance* to the above initial term provided always the Contract shall not exceed a maximum period of eight (8) years.
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
All three services operating on a Minimum subsidy model
Lot No
2
two.2.2) Additional CPV code(s)
- 34121100 - Public-service buses
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
A minimum subsidy price is where the price you submit is based on the cost of operating the Contract, minus any farebox revenue (including on and off bus sales) and concessionary travel reimbursement (based on the equivalent adult single fare), which is retained by the Supplier.
With a minimum subsidy model the Supplier takes the revenue risk and retains the revenue with no additional sums payable by the Authority. It is at the discretion of Suppliers if they wish to submit a bid for Lot 2 for a minimum subsidy model.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
24 August 2025
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial period of three (3) years and six (6) months* with an option to extend (in up to a 12-month periods) up to a maximum of 54 months.
The Authority proposes to enter into one Contract for a maximum period of 8 years with the successful Supplier.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Tenderers to note, the initial Contract term will need to coincide with the agreed registration dates under the Leicester City Council and Leicestershire County Council Enhanced Partnership Schemes. This means that there may be some variance* to the above initial term provided always the Contract shall not exceed a maximum period of eight (8) years.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators (KPIs) are included within the specification.
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
18 November 2024
Local time
12:00pm
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
18 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Construction and Technology Court (King's Bench Division)
Birmingham
B4 6DS
Country
United Kingdom