web-banner-marketing2

Market Leads & Opportunities

UK-Bath: Buses and Coaches.

Type of document: Contract Notice
Country: United Kingdom

UK-Bath: Buses and Coaches.
Section I: Contracting Authority
I.1) Name and addresses
Bath and North East Somerset Council
Guildhall, High Street, Bath, BA1 5AW, United Kingdom
Email: bnesbus@tppl.co.uk
Main Address:
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:
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via 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 authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Bath & North East Somerset Council Bus Purchase and Contract Hire Framework
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 & North East Somerset Council invites tenders for organisations to participate in a 48 month Agreement for the supply of buses, including converted/unconverted chassis on a purchase or contract hire basis. The Agreement will be used by the Council, and may also be used by all Local Authorities and other contracting authorities located in the United Kingdom. Links to the different definable groups are provided in section VI.3 of this notice.

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

TPPL are acting as an agent for and on behalf of the Council and will undertake all activities relating to this proposed Agreement including but not limited to management of this tender process, and the Agreement when awarded.
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, both converted and unconverted suitable for 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: Lot 1: Vehicle chassis, both converted and unconverted operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels. 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: 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: Yes
Description of renewals: Framework will be retendered subject to performance in approximately 48 months from commencement

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: Vehicles types and associated services that may not be easily identifiable as part of the contract notice and tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 2

II.2.1) Title: 5 Seat minibus conversions, including accessible conversions
Lot No: 2
II.2.2) Additional CPV codes:
34114400 – Minibuses.
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: Lot 2: 5 Seat minibus conversions, including accessible conversions of vehicles operating on Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Bio fuels. 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: 15,000,000
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: Yes
Description of renewals: Framework will be retendered subject to performance in approximately 48 months from commencement

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: Vehicles types and associated services that may not be easily identifiable as part of the contract notice and tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 3

II.2.1) Title: 12 Seat minibus conversions, including accessible conversions
Lot No: 3
II.2.2) Additional CPV codes:
34114400 – Minibuses.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot 3: 12 Seat minibus conversions, including accessible conversions of vehicles operating on Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Bio fuels. 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: 30,000,000
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: Yes
Description of renewals: Framework will be retendered subject to performance in approximately 48 months from commencement

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: Vehicles types and associated services that may not be easily identifiable as part of the contract notice and tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 4

II.2.1) Title: 13-17 Seat coach built conversions, including accessible conversions
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: Lot 4: 13-17 Seat coach built conversions, including accessible conversions of vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuel. 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: 30,000,000
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: Yes
Description of renewals: Framework will be retendered subject to performance in approximately 48 months from commencement

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: Vehicles types and associated services that may not be easily identifiable as part of the contract notice and tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 5

II.2.1) Title: 13-17 Seat van conversions, including accessible conversions
Lot No: 5
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: Lot 5: 13-17 Seat van conversions, including accessible conversions of vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuelled sweepers. 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: 30,000,000
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: Yes
Description of renewals: Framework will be retendered subject to performance in approximately 48 months from commencement

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: Vehicles types and associated services that may not be easily identifiable as part of the contract notice and tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 6

II.2.1) Title: 18-36 seat coach built accessible and non-accessible conversions
Lot No: 6
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: Lot 6: 18-36 seat coach built accessible and non-accessible conversions of vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuelled sweepers. 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: 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: Yes
Description of renewals: Framework will be retendered subject to performance in approximately 48 months from commencement

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: Vehicles types and associated services that may not be easily identifiable as part of the contract notice and tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 7

II.2.1) Title: 8.9m – 18.7m coach/bus to include double-decked, articulated and tri-axle 36-75 seats
Lot No: 7
II.2.2) Additional CPV codes:
34120000 – Motor vehicles for the transport of 10 or more persons.
34121000 – Buses and Coaches.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot 7: 8.9m – 18.7m coach/bus to include double-decked, articulated and tri-axle 36-75 seat vehicles, operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuel. 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: 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: Yes
Description of renewals: Framework will be retendered subject to performance in approximately 48 months from commencement

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: Vehicles types and associated services that may not be easily identifiable as part of the contract notice and tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 8

II.2.1) Title: Contract Hire of minibuses, coaches, double-decked and articulated buses 5 – 75 seats
Lot No: 8
II.2.2) Additional CPV codes:
34114400 – Minibuses.
PA02-0 – Lease
34115200 – Motor vehicles for the transport of fewer than 10 persons.
PA02-0 – Lease
34120000 – Motor vehicles for the transport of 10 or more persons.
PA02-0 – Lease
34121000 – Buses and Coaches.
PA02-0 – Lease

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot 8: Contract Hire of minibuses, coaches, double-decked and articulated buses with 5 – 75 seats and includes for vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuel.
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: 35,000,000
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: Yes
Description of renewals: Framework will be retendered subject to performance in approximately 48 months from commencement

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: Vehicles types and associated services that may not be easily identifiable as part of the contract notice and tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).

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: 105
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: Yes
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: 04/07/2017 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: 04/07/2017
Time: 12:05
Place:
TPPL Offices, opening conducted via Delta system

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months from publication of this contract notice
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 contracting authority considers that this Agreement 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, with further links to search for local authorities in 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 following definable groups of contracting authorities:

The Agreement is also 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
For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

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:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 02/06/2017

Annex A