By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Road Based Passenger Transport Services.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Provision of Road Based Passenger Transport Services
Time Square, Market Street
For the attention of: Geoff Reynolds
RG12 1JD Bracknell
UNITED KINGDOM
Telephone: +44 1344354110
E-mail:

Internet address(es):

General address of the contracting authority: www.bracknell-forest.gov.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

See text in vI.2

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Road Based Passenger Transport Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
Main site or location of works, place of delivery or of performance: Bracknell Forest Borough and surrounding areas.

NUTS code UKJ

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
Bracknell Forest Council is looking to establish framework agreements with a number of operators to provide road based passenger transport services in Bracknell Forest and the surrounding areas.
II.1.5)Common procurement vocabulary (CPV)

60112000, 60130000, 60140000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 10 000 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract

Notice number in the OJEU: 2013/S 24-037271

Notice number in the OJEU: 2013/S 137-238451 of 17.7.2013

Section V: Award of contract

Contract No: n/a Lot title: Road Based Passenger Transport Services
V.1)Date of contract award decision:
12.11.2013
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Courtney Coaches Ltd
22 Ivanhoe Rd
RG40 4QQ Finchhampstead
UNITED KINGDOM
E-mail:

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: n/a Lot title: Road Based Passenger Transport Services
V.1)Date of contract award decision:
12.11.2013
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

First Beeline Buses Ltd
Coldborough House
RG12 1JA Bracknell
UNITED KINGDOM
E-mail:

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: N/A Lot title: Road Based Passenger Transport Services
V.1)Date of contract award decision:
12.12.2013
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

London United Busways Limited
Busways House
TW2 5NX Twickenham
UNITED KINGDOM
E-mail:

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
In March 2013 the Council provided 15 subsidised public bus services. Total expenditure for the 12 months from 1.1.2012 to 31.12.2012 was approximately GBP 750,000.
The Council is developing a new Bus Strategy during 2013.
The framework agreement will be in place for a maximum of 4 years (3 + 1). However individual call-off contracts may be let for 3, 5 or 8 years depending on demand and affordability.
The requirements exclude the provision of community transport and home to school transport for pupils with special transport requirements, e.g. wheelchair and/or escort.
The Council currently purchases services which cross into neighbouring authorities; for this reason the frameworks will be available to other local authorities including:
- Reading Borough Council,
- Royal Borough of Windsor and Maidenhead,
- Slough Borough Council,
- West Berkshire Council,
- Wokingham Borough Council,
- Buckinghamshire County Council, Unitary and District Councils,
- Hampshire County Council, Unitary and District Councils,
- Oxfordshire County Council and District Councils,
- Surrey County Council and District Councils.

as amended from time to time. Full details available on https://www.gov.uk/find-your-local-council.

The invitation to tender pack can be downloaded directly from the South East Business Portal: www.businessportal.southeastiep.gov.uk

This site is free of charge to use.
Organisations must then register their interest in this requirement using the South East Business Portal in order to be kept informed of any changes or notifications regarding this process. The Council will not be held responsible for not informing any organisation who has not officially registered their interest on this requirement.
The dates and values presented within this notice are best estimates at the time of publication. The Authority will ensure that any amendments to dates are fully compliant with the regulations.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The authority will incorporate a minimum 10 calendar day standstill period (or 15 days if non electronic methods used) at the point that information on the award of the contract is communicated to tenderers.
If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2006 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
19.12.2013