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