The Procurement Partnership Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | BNES & TPPL Bus Framework 2021 |
Notice type: | Contract Notice |
Authority: | The Procurement Partnership Ltd |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Bath and North East Somerset Council (“BNES”) invites tenders for organisations to participate in a 48-month Agreement or the supply of buses. The Agreement will be used by BNES and may also be used by all Local Authorities and other organisations located in the United Kingdom. The Agreement is accessible by all local authorities in England, Scotland, Wales and Northern Ireland. The Agreement may also be used by all other Eligible Bodies within the UK with links to definable groups provided in VI.3). The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/. |
Published: | 24/05/2021 13:33 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Bath and North East Somerset Council
Guildhall, High Street, Bath, BA1 5AW, United Kingdom
Tel. +44 1954250517, Email: tenders@tppl.co.uk
Main Address: http://www.bathnes.gov.uk/
NUTS Code: UKK12
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Buses-and-Coaches./QU378992Y5
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/QU378992Y5 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: BNES & TPPL Bus Framework 2021
Reference Number: Not provided
II.1.2) Main CPV Code:
34121000 - Buses and Coaches.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Bath and North East Somerset Council (“BNES”) invites tenders for organisations to participate in a 48-month Agreement or the supply of buses. The Agreement will be used by BNES and may also be used by all Local Authorities and other organisations located in the United Kingdom.
The Agreement is accessible by all local authorities in England, Scotland, Wales and Northern Ireland. The Agreement may also be used by all other Eligible Bodies within the UK with links to definable groups provided in VI.3).
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/.
II.1.5) Estimated total value:
Value excluding VAT: 200,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Vehicle Chassis, converted and unconverted 5 – 75 seats
Lot No: 1
II.2.2) Additional CPV codes:
34139000 - Chassis.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Vehicle Chassis, converted and unconverted 5 – 75 seats Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. This lot is for the purchase of either unconverted chassis or converted chassis from the Original Equipment Manufacturer (OEM). If a converted vehicle is required under this lot, the convertor may either be nominated by the Member or the OEM will use their preferred convertor. For clarity, purchases from this lot will be made from OEMs or suppliers of chassis (unconverted/converted) that have been appointed to the framework in this lot.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/QU378992Y5
II.2) Description Lot No. 2
II.2.1) Title: Van conversions 5 – 26 seat accessible and non-accessible vehicles
Lot No: 2
II.2.2) Additional CPV codes:
34114400 - Minibuses.
34115200 - Motor vehicles for the transport of fewer than 10 persons.
34120000 - Motor vehicles for the transport of 10 or more persons.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Van conversions 5 – 26 seat accessible and non-accessible vehicles. Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. This lot is for the purchase of converted chassis from the convertors appointed to the framework. Members can if they choose to, nominate and/or provide the necessary chassis’ for conversion and pay for the conversion only. Convertors can make available for sale ex-demonstration vehicles to Members within this lot.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 75,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Coach built 5-36 seat accessible and non-accessible vehicles
Lot No: 3
II.2.2) Additional CPV codes:
34120000 - Motor vehicles for the transport of 10 or more persons.
34115200 - Motor vehicles for the transport of fewer than 10 persons.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Coach built 5-36 seat accessible and non-accessible vehicles. Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. This lot is for the purchase of converted chassis from the convertors appointed to the framework. Members can if they choose to, nominate and/or provide the necessary chassis’ for conversion and pay for the conversion only. Convertors can make available for sale ex-demonstration vehicles to Members within this lot.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: 36 – 75 seat buses and coaches to include single/double decked, articulated and tri-axle vehicles
Lot No: 4
II.2.2) Additional CPV codes:
34120000 - Motor vehicles for the transport of 10 or more persons.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: 36 – 75 seat buses and coaches to include single/double decked, articulated and tri-axle vehicles. Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 25,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Hydrogen buses, 17 seats and above
Lot No: 5
II.2.2) Additional CPV codes:
34120000 - Motor vehicles for the transport of 10 or more persons.
CB44-3 - Hydrogen powered
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Hydrogen fuelled buses, 17 seats and above. To include all vehicle and chassis types, e.g. accessible/non-accessible, mini-buses/van-conversions, bus (single and doubled decked), coach built, articulated and tri-axle vehicles. This lot is for the purchase of hydrogen fuelled vehicles. Suppliers participating in this lot can make available for sale ex-demonstration vehicles to Members.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 40,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 60
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/06/2021 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 24/06/2021
Time: 12:05
Place:
TPPL Offices
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: In 48 months
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Agreement is accessible by all local authorities in England, Scotland, Wales and Northern Ireland. The following links provide an opportunity to search for local authorities in England, Wales, Scotland and Northern Ireland. The Agreement may also be used by all other Eligible Bodies within the UK, including but not limited to the definable groups of contracting authorities in the links provided.
https://www.gov.uk/find-local-council
http://www.scottishlaw.org.uk/scotlaw/locgov.html
http://www.cosla.gov.uk/councils
http://gov.wales/topics/localgovernment/unitary-authorities/?lang=en
https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
https://www.gov.uk/government/organisations/department-for-education
https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
http://www.schoolswebdirectory.co.uk/localauthorities.php
https://www.gov.uk/find-school-in-england
https://education.gov.scot/ParentZone
https://gov.wales/address-list-schools
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure
https://aace.org.uk/uk-ambulance-service/
http://www.scottishambulance.com/TheService/organised.aspx
http://online.hscni.net/hospitals/health-and-social-care-trusts/
https://www.gov.uk/government/organisations
http://www.northernireland.gov.uk/gov.htm
https://www.communities-ni.gov.uk/contact
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
https://www.police.uk/forces/
https://www.police.uk/pu/contact-the-police/
http://www.psni.police.uk/index.htm
http://www.scotland.police.uk/
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
http://www.fireservice.co.uk/information/ukfrs
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
http://www.nifrs.org/areas-districts/
http://www.firescotland.gov.uk/your-area.aspx
http://www.oscr.org.uk/
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf
https://gov.wales/registered-social-landlords
https://www.nidirect.gov.uk/contacts/housing-associations
https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas
https://communityleisureuk.org/members/
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Buses-and-Coaches./QU378992Y5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/QU378992Y5
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
N/A
N/A, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed/signed.
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take
action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
N/A
N/A, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 24/05/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Bath and North East Somerset Council
Guildhall, High Street, Bath, BA1 5AW, United Kingdom
Tel. +44 1954250517, Email: tenders@tppl.co.uk
Main Address: http://www.bathnes.gov.uk/
NUTS Code: UKK12
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: BNES & TPPL Bus Framework 2021
Reference number: Not Provided
II.1.2) Main CPV code:
34121000 - Buses and Coaches.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Bath and North East Somerset Council (“BNES”) invited tenders for organisations to participate in a 48-month Agreement or the supply of buses. The Agreement will be used by BNES and may also be used by all Local Authorities and other organisations located in the United Kingdom.
The Agreement is accessible by all local authorities in England, Scotland, Wales and Northern Ireland. The Agreement may be used by all other Eligible Bodies within the UK, including but not limited to the definable groups of contracting authorities in the links provided in the original contract notice (2021/S 000-011496 VI.3 Additional information) associated with this procurement.
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 200,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Vehicle Chassis, converted and unconverted 5 – 75 seats
Lot No:1
II.2.2) Additional CPV code(s):
34139000 - Chassis.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Vehicle Chassis, converted and unconverted 5 – 75 seats Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. This lot is for the purchase of either unconverted chassis or converted chassis from the Original Equipment Manufacturer (OEM). If a converted vehicle is required under this lot, the convertor may either be nominated by the Member or the OEM will use their preferred convertor. For clarity, purchases from this lot will be made from OEMs or suppliers of chassis (unconverted/converted) that have been appointed to the framework in this lot.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Van conversions 5 – 26 seat accessible and non-accessible vehicles
Lot No:2
II.2.2) Additional CPV code(s):
34114400 - Minibuses.
34115200 - Motor vehicles for the transport of fewer than 10 persons.
34120000 - Motor vehicles for the transport of 10 or more persons.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Van conversions 5 – 26 seat accessible and non-accessible vehicles. Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. This lot is for the purchase of converted chassis from the convertors appointed to the framework. Members can if they choose to, nominate and/or provide the necessary chassis’ for conversion and pay for the conversion only. Convertors can make available for sale ex-demonstration vehicles to Members within this lot.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Coach built 5-36 seat accessible and non-accessible vehicles
Lot No:3
II.2.2) Additional CPV code(s):
34120000 - Motor vehicles for the transport of 10 or more persons.
34115200 - Motor vehicles for the transport of fewer than 10 persons.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Coach built 5-36 seat accessible and non-accessible vehicles. Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. This lot is for the purchase of converted chassis from the convertors appointed to the framework. Members can if they choose to, nominate and/or provide the necessary chassis’ for conversion and pay for the conversion only. Convertors can make available for sale ex-demonstration vehicles to Members within this lot.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:36 – 75 seat buses and coaches to include single/double decked, articulated and tri-axle vehicles
Lot No:4
II.2.2) Additional CPV code(s):
34120000 - Motor vehicles for the transport of 10 or more persons.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: 36 – 75 seat buses and coaches to include single/double decked, articulated and tri-axle vehicles. Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 5)
II.2.1) Title:Hydrogen buses, 17 seats and above
Lot No:5
II.2.2) Additional CPV code(s):
34120000 - Motor vehicles for the transport of 10 or more persons.
CB44-3 - Hydrogen powered
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Hydrogen fuelled buses, 17 seats and above. To include all vehicle and chassis types, e.g. accessible/non-accessible, mini-buses/van-conversions, bus (single and doubled decked), coach built, articulated and tri-axle vehicles. This lot is for the purchase of hydrogen fuelled vehicles. Suppliers participating in this lot can make available for sale ex-demonstration vehicles to Members.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-011496
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 1
Title: Vehicle Chassis, converted and unconverted 5 – 75 seats
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/08/2021
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Motus Group UK Ltd, 00653665
Oakingham House, London Road, High Wycombe, HP11 1JU, United Kingdom
NUTS Code: UKJ1
The contractor is an SME: No
Contractor (No.2)
Iveco Limited, 01975271
Cranes Farm Road, BASILDON, SS14 3AD, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.3)
Alexander-Dennis Ltd, SC268016
16 Charlotte Square, Edinburgh, EH2 4DF, United Kingdom
NUTS Code: UKM75
The contractor is an SME: No
Contractor (No.4)
Bamford Bus Company Limited (Trading as Wrightbus), 12214576
12 - 14 St Michaels Street, Oxford, OX1 2DU, United Kingdom
NUTS Code: UKJ14
The contractor is an SME: No
Contractor (No.5)
Switch Mobility Limited, 01818255
Unit 3, Hurricane Way South, Leeds, LS25 6PT, United Kingdom
NUTS Code: UKE42
The contractor is an SME: Yes
Contractor (No.6)
Ford Motor Company Limited, 00235446
Arterial Road, Laindon, SS15 6EE, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.7)
Cannon Coach and Bus Ltd, NI639433
59, Bonds Glen Road, Killaloo, BT47 3ST, United Kingdom
NUTS Code: UKN
The contractor is an SME: Yes
Contractor (No.8)
Nu-Track Ltd, NI025974
Galgorm Industrial Estate, Fenaghy Road, Ballymena, BT42 1PY, United Kingdom
NUTS Code: UKN
The contractor is an SME: Yes
Contractor (No.9)
Ilesbus UK Ltd, 11391192
113 Village Farm Road, Village Farm Industrial Estate, Pyle, CF33 6BL, United Kingdom
NUTS Code: UKL17
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2a
Lot Number: 2
Title: Van conversions 5 – 26 seat accessible and non-accessible vehicles
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/08/2021
V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 15
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Taxi & Bus Conversion Limited (Trading as TBC Conversions), NI060947
59 Moy Road, Dungannon, BT71 7DT, United Kingdom
NUTS Code: UKN
The contractor is an SME: Yes
Contractor (No.2)
GM Coachwork Ltd, 03548808
Teign Valley, Trusham, Newton Abbot, TQ13 0NX, United Kingdom
NUTS Code: UKK4
The contractor is an SME: Yes
Contractor (No.3)
Gowrings Mobility Group Ltd, 01370355
Daytona Drive, Thatcham, RG19 4ZD, United Kingdom
NUTS Code: UKJ11
The contractor is an SME: Yes
Contractor (No.4)
EVM Direct Ltd, 08056471
EVM Direct Ltd, 15 Stephenson Way, Crawley, RH10 1TN, United Kingdom
NUTS Code: UKJ28
The contractor is an SME: Yes
Contractor (No.5)
Minibus Options Limited, 02080895
Bingswood Industrial Estate, Whaley Bridge, High Peak, SK23 7LY, United Kingdom
NUTS Code: UKF1
The contractor is an SME: Yes
Contractor (No.6)
Cartwright Vehicle Conversions Limited, 12898420
Sheephouse Wood, Stocksbridge, Sheffield, S36 4GS, United Kingdom
NUTS Code: UKE32
The contractor is an SME: Yes
Contractor (No.7)
Automotive Group Limited, 02670615
Segedunum Domus, Fisher Street, Newcastle Upon Tyne, NE6 4LT, United Kingdom
NUTS Code: UKC2
The contractor is an SME: Yes
Contractor (No.8)
Treka Bus Ltd, 04063157
Archer Road, Armytage Industrial Estate, Brighouse, HD6 1XF, United Kingdom
NUTS Code: UKE4
The contractor is an SME: Yes
Contractor (No.9)
Woodall Nicholson Ltd trading as Mellor Coachcraft, 04747125
Wigan Road, Westhoughton, Bolton, BL5 2EE, United Kingdom
NUTS Code: UKD4
The contractor is an SME: Yes
Contractor (No.10)
Stanford Coachworks & Mobility Services Limited, 03615021
12 High Street, Stanford-le-Hope, SS17 0EY, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 75,000,000
Total value of the contract/lot: 75,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 2b
Lot Number: 2
Title: Van conversions 5 – 26 seat accessible and non-accessible vehicles
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/08/2021
V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 15
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Courtside Conversions Ltd, 04213143
1 Woodward Road, Howden Industrial Estate, Tiverton, EX16 5GZ, United Kingdom
NUTS Code: UKK4
The contractor is an SME: Yes
Contractor (No.2)
Nu-Track Ltd, NI025974
Galgorm Industrial Estate, Fenaghy Road, Ballymena, BT42 1PY, United Kingdom
NUTS Code: UKN
The contractor is an SME: Yes
Contractor (No.3)
Ford Motor Company Limited, 00235446
Arterial Road, Laindon, SS15 6EE, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.4)
Ilesbus UK Ltd, 11391192
113 Village Farm Road, Village Farm Industrial Estate, Pyle, CF33 6BL, United Kingdom
NUTS Code: UKL17
The contractor is an SME: No
Contractor (No.5)
Euromotive (Kent) Ltd, 02886607
Poulton Close, Dover, CT17 0XB, United Kingdom
NUTS Code: UKJ4
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 75,000,000
Total value of the contract/lot: 75,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: 3
Lot Number: 3
Title: Coach built 5-36 seat accessible and non-accessible vehicles
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/08/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
EVM Direct Ltd, 08056471
Norman House, 15 Stephenson Way, Crawley, RH10 1TN, United Kingdom
NUTS Code: UKJ28
The contractor is an SME: Yes
Contractor (No.2)
Treka Bus Limited, 04063157
Archer Road, Armytage Industrial Estate, Brighouse, HD6 1XF, United Kingdom
NUTS Code: UKE4
The contractor is an SME: Yes
Contractor (No.3)
Woodall Nicholson Ltd trading as Mellor Coachcraft, 04747125
Wigan Road, Westhoughton, Bolton, BL5 2EE, United Kingdom
NUTS Code: UKD4
The contractor is an SME: Yes
Contractor (No.4)
Cannon Coach and Bus Ltd, NI639433
59, Bonds Glen Road, Killaloo, BT47 3ST, United Kingdom
NUTS Code: UKN
The contractor is an SME: Yes
Contractor (No.5)
Stanford Coachworks & Mobility Services Limited, 03615021
12 High Street, Stanford-le-Hope, SS17 0EY, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.6)
Switch Mobility Limited, 01818255
Unit 3, Hurricane Way South, Sherburn in Elmet, Leeds, LS25 6PT, United Kingdom
NUTS Code: UKE42
The contractor is an SME: Yes
Contractor (No.7)
Alexander-Dennis Ltd, SC268016
16 Charlotte Square, Edinburgh, EH2 4DF, United Kingdom
NUTS Code: UKM75
The contractor is an SME: No
Contractor (No.8)
Nu-Track Ltd, NI025974
Galgorm Industrial Estate, Fenaghy Road, Ballymena, BT42 1PY, United Kingdom
NUTS Code: UKN
The contractor is an SME: Yes
Contractor (No.9)
Wave Industries Limited, 12325427
Sovereign House, 12-14 Warwick Street, Earlsdon, Coventry, CV5 6ET, United Kingdom
NUTS Code: UKG33
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 50,000,000
Total value of the contract/lot: 50,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: 4
Lot Number: 4
Title: 36 – 75 seat buses and coaches to include single/double decked, articulated and tri-axle vehicles
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/08/2021
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Woodall Nicholson Ltd trading as Mellor Coachcraft, 04747125
Wigan Road, Westhoughton, Bolton, BL5 2EE, United Kingdom
NUTS Code: UKD4
The contractor is an SME: Yes
Contractor (No.2)
Volvo Group UK Ltd, 02190944
Wedgnock Lane, Warwick, CV34 5YA, United Kingdom
NUTS Code: UKG13
The contractor is an SME: No
Contractor (No.3)
Treka Bus Limited, 04063157
Archer Road, Armytage Industrial Estate, Brighouse, HD6 1XF, United Kingdom
NUTS Code: UKE4
The contractor is an SME: Yes
Contractor (No.4)
Bamford Bus Company LTD (Trading as Wrightbus), 12214576
12 - 14 St Michaels Street, 12 - 14 St Michaels Street, Oxford, OX1 2DU, United Kingdom
NUTS Code: UKJ14
The contractor is an SME: No
Contractor (No.5)
Alexander-Dennis Ltd, SC268016
16 Charlotte Square, Edinburgh, EH2 4DF, United Kingdom
NUTS Code: UKM75
The contractor is an SME: No
Contractor (No.6)
Irizar UK Ltd, 07611299
Portland House, Claylands Avenue, Worksop, S817BQ, United Kingdom
NUTS Code: UKF1
The contractor is an SME: Yes
Contractor (No.7)
Switch Mobility Limited, 01818255
Unit 3, Hurricane Way South, Sherburn in Elmet, Leeds, LS25 6PT, United Kingdom
NUTS Code: UKE42
The contractor is an SME: Yes
Contractor (No.8)
Pelican Engineering Company (Sales) Limited, 01589678
Altofts Lane, Wakefield Europort, Castleford, WF10 5UB, United Kingdom
NUTS Code: UKE4
The contractor is an SME: Yes
Contractor (No.9)
Wave Industries Limited, 12325427
Sovereign House, 12-14 Warwick Street, Earlsdon, Coventry, CV5 6ET, United Kingdom
NUTS Code: UKG33
The contractor is an SME: Yes
Contractor (No.10)
EvoBus (UK) Ltd, 02882442
Ashcroft Way, Cross Point Business Park, Coventry, CV22TU, United Kingdom
NUTS Code: UKG33
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 25,000,000
Total value of the contract/lot: 25,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: 5
Lot Number: 5
Title: Hydrogen buses, 17 seats and above
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/08/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Arcola Energy Limited, 07257863
24 Ashwin Street, London, E8 3DL, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
Bamford Bus Company LTD (Trading as Wrightbus), 12214576
12 - 14 St Michaels Street, 12 - 14 St Michaels Street, Oxford, OX1 2DU, United Kingdom
NUTS Code: UKJ14
The contractor is an SME: No
Contractor (No.3)
Alexander-Dennis Ltd, SC268016
16 Charlotte Square, Edinburgh, EH2 4DF, United Kingdom
NUTS Code: UKM75
The contractor is an SME: No
Contractor (No.4)
Irizar UK Ltd, 07611299
Portland House, Claylands Avenue, Worksop, S817BQ, United Kingdom
NUTS Code: UKF1
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 40,000,000
Total value of the contract/lot: 40,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). The Agreement is accessible by all local authorities in England, Scotland, Wales and Northern Ireland. This includes, but is not limited to, the definable groups of contracting authorities in the links provided in the original contract notice (2021/S 000-011496 VI.3 Additional information) associated with this procurement.
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=617753806
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Council incorporated a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement was communicated to tenderers. This period allowed unsuccessful tenderers to challenge the decision to award the Framework Agreement before it was executed/signed (as appropriate).
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take
action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 17/08/2021