Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Stirling City Park and Rid Services (P1 & P2)

  • Cyhoeddwyd gyntaf: 30 Hydref 2021
  • Wedi'i addasu ddiwethaf: 30 Hydref 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Stirling Council
ID Awudurdod:
AA20971
Dyddiad cyhoeddi:
30 Hydref 2021
Dyddiad Cau:
01 Rhagfyr 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Stirling Council

Strategic Commissioning, Old Viewforth

Stirling

FK8 2ET

UK

Ffôn: +44 1786233384

E-bost: procurement@stirling.gov.uk

NUTS: UKM77

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.stirling.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Stirling City Park and Rid Services (P1 & P2)

Cyfeirnod: SC2021 0181

II.1.2) Prif god CPV

60170000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 365 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 - Electric/Hydrogen

II.2.2) Cod(au) CPV ychwanegol

34121100

II.2.3) Man cyflawni

Cod NUTS:

UKM77


Prif safle neu fan cyflawni:

Sirling Area

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Safe Service / Pwysoliad: 15%

Maes prawf ansawdd: Vehicle Breakdown / Pwysoliad: 10%

Maes prawf ansawdd: Traffic Accidents / Pwysoliad: 10%

Maes prawf ansawdd: Driver Resources / Pwysoliad: 10%

Maes prawf ansawdd: Punctuality / Pwysoliad: 10%

Maes prawf ansawdd: Vehicle Quality / Pwysoliad: 10%

Maes prawf ansawdd: Complaints / Pwysoliad: 10%

Maes prawf ansawdd: Environmental Impact – Emissions Standards / Pwysoliad: 10%

Maes prawf ansawdd: Additional community/passenger benefits / Pwysoliad: 5%

Maes prawf ansawdd: Sustainability / Pwysoliad: 10%

Price / Pwysoliad:  70

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 18

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

3 x 6 month extensions at the sole discretion of the Council

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Lot 2 - Euro 6

II.2.2) Cod(au) CPV ychwanegol

34121100

II.2.3) Man cyflawni

Cod NUTS:

UKM77


Prif safle neu fan cyflawni:

Within the area of Stirling

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Safe Service / Pwysoliad: 15%

Maes prawf ansawdd: Vehicle Breakdown / Pwysoliad: 10%

Maes prawf ansawdd: Traffic Accidents / Pwysoliad: 10%

Maes prawf ansawdd: Driver Resources / Pwysoliad: 10%

Maes prawf ansawdd: Punctuality / Pwysoliad: 10%

Maes prawf ansawdd: Vehicle Quality / Pwysoliad: 10%

Maes prawf ansawdd: Complaints / Pwysoliad: 10%

Maes prawf ansawdd: Environmental Impact - Emissions Standards / Pwysoliad: 10%

Maes prawf ansawdd: Additional Community/Passenger Benefits / Pwysoliad: 5%

Maes prawf ansawdd: Sustainability / Pwysoliad: 10%

Price / Pwysoliad:  70

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 18

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

3 x 6 month extensions at the sole discretion of the Council

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 3

II.2.1) Teitl

Lot 3 - Euro 5

II.2.2) Cod(au) CPV ychwanegol

34121100

II.2.3) Man cyflawni

Cod NUTS:

UKM77


Prif safle neu fan cyflawni:

Stirling Area

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Safe Service / Pwysoliad: 15%

Maes prawf ansawdd: Vehicle Breakdown / Pwysoliad: 10%

Maes prawf ansawdd: Traffic Accidents / Pwysoliad: 10%

Maes prawf ansawdd: Driver Resources / Pwysoliad: 10%

Maes prawf ansawdd: Punctuality / Pwysoliad: 10%

Maes prawf ansawdd: Vehicle Quality / Pwysoliad: 10%

Maes prawf ansawdd: Complaints / Pwysoliad: 10%

Maes prawf ansawdd: Environmental Impact - Emissions Standards / Pwysoliad: 10%

Maes prawf ansawdd: Additional Community/Passenger Benefits / Pwysoliad: 5%

Maes prawf ansawdd: Sustainability / Pwysoliad: 10%

Price / Pwysoliad:  70

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 18

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

3 x 6 months at the sole discretion of the Council

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

All bidders must hold - Standard Public Service Vehicle (PSV) Operator Licence including those listed within tender documents

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Tenderers must provide 2 relevant examples of service contracts the've carried out within the past 3 years


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Refer to tender documentation

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 01/12/2021

Amser lleol: 14:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 01/12/2021

Amser lleol: 14:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

This is dependant if 6 month extension periods are accepted, therefore tender process may take place either 2023 or 2024

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Stirling Sheriff Court and Justice of the Peace Court

Stirling

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

29/10/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34121100 Gwasanaethau ffôn cyhoeddus Bysiau a choetsys
60170000 Llogi cerbydau cludo teithwyr gyda gyrrwr Gwasanaethau trafnidiaeth ffyrdd

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@stirling.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.