Schedule 1 Document - Leicestershire County Council

advertisement
Contract Number – 0020
Service Name – 58
Version 1
Leicestershire County Council
Schedule 1 Document
1. Contract Type
i.
The contract is for a Monday to Saturday local bus service operating between Market
Harborough and Hinckley. The length of contract is anticipated to be for a period of 5
years.
The closing date for receipt of tenders is noon Friday 26th November 2010
The service will commence operation on Monday 31st January 2011
Tenders are invited on the following basis:
ii.
Tenders are invited on a minimum cost basis where the price that you submit is the
price you require for operating the service. All farebox revenue and concessionary
travel reimbursement will accrue to the County Council and should be deducted from
each invoice for the relevant period.
iii.
The actual type of vehicle(s) to be used for this contract must be stated with the tender
price, failure to do so will invalidate the tender.
iv.
You may submit a non-compliant bid provided you:


submit a fully compliant tender as well
state clearly the basis for the non-compliant tender
However, minimum subsidy bids will only be considered if an operator has also
submitted the most economically advantageous compliant tender.
2. Vehicle(s), Equipment and Operation
i.
There are 3 tender options, which relate to the vehicle types described below:
Quality Specification 1
A vehicle with low-floor entry built 2010 or later to PCV standards, fitted with a minimum
of 27 bus-type seats, plus one wheelchair space with tip-up seat.
Quality Specification 2
A vehicle with low-floor entry built 2005 or later to PCV standards, fitted with a minimum
of 27 bus-type seats, plus one wheelchair space with tip-up seat.
Quality Specification 3
A vehicle built 2000 or later to PCV standards, fitted with a minimum of 27 bus-type
seats.
ii.
Additional Vehicle Requirement
In addition to the above vehicle options, a vehicle built 2000 or later to PCV standards,
fitted with a minimum of 40 bus-type seats is required to operate on the first journey into
Market Harborough (journeys marked as A on the timetable). This vehicle may then be
used on subsequent journeys through the timetable (journeys marked as B on the
timetable).
iii. Vehicles must be fitted with back-lit or LED dot matrix destination blinds with the
following displays:
58
58
58
Hinckley
Lutterworth
Market Harborough
iv. The operator is required to supply a ticket-issuing, revenue control and management
information system. A suggested minimum standard is Wayfarer 3.
v. Ticketing equipment must be capable of reporting stage to stage and ticket type
analyses of passenger and revenue returns by individual journey, as required by the
Council from time to time.
vi. The operator is required to supply other forms of ‘management information’ as and
when required by LCC. This information will include reports detailing passenger usage,
revenue categories, fare classifications and receipt of promotional vouchers (please
note that this list is not exhaustive).
vii. LCC will specify fare levels and the range of tickets to be offered to passengers. The
contractor’s or other operator’s own commercial period or area tickets will be accepted
if a rate of reimbursement is agreed in advance with the Council. The contractor will be
responsible for any costs associated with the implementation of up to 2 fare revisions
per year.
viii. Vehicles in service must operate with a ‘float’ of sufficient size to be able to provide
change to any passenger tending a £5, £10 or £20 note.
ix. On occasions where the specified vehicles may be unavailable (breakdowns, servicing,
testing, etc) a tolerance of 10% of monthly mileage by non-specification vehicles is
allowed before deductions from payments are made. All journeys operated by nonspecification vehicles in excess of the above allowance will be paid at 90% of the
normal rate. NB Any period of operation with a non-specification vehicle, which is
greater than 5 working days must be authorised by LCC, otherwise normal conditions
and penalties will apply.
x. Any vehicle substituted for a standard specification vehicle on this contract must be of
similar capacity, similar specification (meeting the PSV Accessibility Regulations (2000)
in full) and must have suitable destination display equipment.
xi. The driver must be able to send or receive verbal messages via mobile telephone or
radio system so that direct communication is possible between drivers, depot, and
Council Officers if necessary. The operator is required to notify Traveline when any
operational failure resulting in a deviation from the timetable of 10 minutes or more
occurs, and to inform LCC of this as soon as possible during normal office hours.
xii. All vehicles will carry, when required, appropriate publicity and customer feedback
forms for issue to passengers.
xiii. The operator is required to complete a ‘Monitoring’ form for the relevant operating
period with each invoice submitted, which will include the number of ‘concessionary
journeys’ made, for each week in the relevant invoicing period, along with the number
of ‘non-concessionary journeys’ made.
iii. This service is to serve all bus stops along the length of the route and operate on a hail
and ride basis where underlined on the route description.
3. Award of Contract
i. In accordance with Leicestershire County Council’s Contract Procedure Rules, tenders
will be evaluated and awarded on the following basis:
 The most economically advantageous tender based on an assessment of the
contractor’s ability to operate the contract to a satisfactory standard.
 The specification level (when awarded) will be determined by the criteria set-out in
Appendix A.
4. Other Information
i.
ii.
iii.
iv.
v.
The current contract price is £294,722 (minimum cost) per annum
The current farebox revenue is £114,942 per annum.
The current concessionary revenue is £51,029 per annum.
The current Scholars Pass revenue is £4,028 per annum.
The contract will be subject to the provisions of this schedule, Leicestershire County
Council’s standard contract conditions (Schedule 2) dated October 2009 and
standards fares conditions dated February 2000.
5. Route
The intended route and timetable details are shown below. The final specification may vary slightly,
but will not require significant additional mileage or time. All tenders must be based on the details
shown here.
Hinckley: Bus Station (Waterloo Road) Stand W3, Lancaster Road, Rugby Road, Trinity Lane,
Mansion Street, King Street, Stockwell Head, Council Road, Holliers Walk, New Buildings, Castle
Street, London Road, London Road B590, Burbage Road B590, Burbage: Burbage Road B4669,
Hinckley Road B578, Church Street B578, Lutterworth Road B578, Watling Street A5,
Smockington: Watling Street A5, High Cross: Watling Street A5, High Cross Road, Claybrooke
Magna: High Cross Road, Main Road, Claybrooke Parva: Main Road, Ullesthorpe Road,
Ullesthorpe: Main Street, Lutterworth Road, unclassified road, Watling Street A5, Magna Park:
Coventry Road A4303, (then clockwise in both directions) Hunter Boulevard *, Wellington Parkway,
Hunter Boulevard, to Coventry Road A4303, Lutterworth: Coventry Road, George Street, Market
Street A426, (return via Church Street) High Street A426, Lutterworth Road A4303, Misterton:
Lutterworth Road A4304, Walcote: Lutterworth Road A4304, South Kilworth Road, South Kilworth:
Walcote Road, North Road, North Kilworth: South Kilworth Road, Lutterworth Road A4304, Station
Road A4304, Husbands Bosworth: Kilworth Road A4304, High Street A4304, Theddingworth Road
A4304, Theddingworth: Bosworth Road A4304, Main Street A4304, Harborough Road A4304,
Lubenham: Theddingworth Road A4304, Main Street A4304, Harborough Road A4304, Market
Harborough: Lubenham Hill A4304, Coventry Road A4304, Fairfield Road, Abbey Street, High
Street, The Square, Northampton Road, Bus Station, Northampton Road, Springfield Street,
Rockingham Road A4304, Rail Station forecourt.
Return: by reverse of above to The Square, Coventry Road A4304, then by reverse of above to
Hinckley: Trinity Lane, Rugby Road, Waterloo Road.
* Operate to end of Hunter Boulevard and perform u-turn at the roundabout, and then turn left onto
Wellington Parkway.
6. Timetable
Service 58
Monday to Saturday
A
B
B
B
B
Market Harborough, Market Hall
-
0655
0755
0855
0955
1055
1155
1255
1355
1455
1555
1655
1755
Lubenham
-
0703
0803
0903
1003
1103
1203
1303
1403
1503
1603
1703
1803
Theddingworth
-
0708
0808
0908
1008
1108
1208
1308
1408
1508
1608
1708
1808
Husbands Bosworth
-
0712
0812
0912
1012
1112
1212
1312
1412
1512
1612
1712
1812
North Kilworth
-
0716
0816
0916
1016
1116
1216
1316
1416
1516
1616
1716
1816
South Kilworth
-
0720
0820
0920
1020
1120
1220
1320
1420
1520
1620
1720
1820
Walcote
-
0726
0826
0926
1026
1126
1226
1326
1426
1526
1626
1726
1826
Lutterworth, George Street (Arr)
-
0730
0830
0930
1030
1130
1230
1330
1430
1530
1630
1730
1830
Lutterworth, George Street (Dep)
0626
0731
0831
0931
1031
1131
1231
1331
1431
1531
1631
1731
1831
Magna Park - Hunter Boulevard
0632
0737
0837
0937
1037
1137
1237
1337
1437
1537
1637
1737
1837
Magna Park - Wellington Parkway
0634
0739
0839
0939
1039
1139
1239
1339
1439
1539
1639
1739
1839
Ullesthorpe
0645
0750
0850
0950
1050
1150
1250
1350
1450
1550
1650
1750
1850
Claybrooke Parva
0647
0752
0852
0952
1052
1152
1252
1352
1452
1552
1652
1752
1852
Claybrooke Magna
0649
0754
0854
0954
1054
1154
1254
1354
1454
1554
1654
1754
1854
High Cross
0652
0757
0857
0957
1057
1157
1257
1357
1457
1557
1657
1757
1857
Burbage
0658
0803
0903
1003
1103
1203
1303
1403
1503
1603
1703
1803
1903
Hinckley, Bus Station
0710
0815
0915
1015
1115
1215
1315
1415
1515
1615
1715
1815
1915
A
B
B
B
Hinckley, Bus Station
0620
0710
0820
0920
1020
1120
1220
1320
1420
1520
1620
1720
1820
Burbage
0632
0722
0832
0932
1032
1132
1232
1332
1432
1532
1632
1732
1832
High Cross
0638
0728
0838
0938
1038
1138
1238
1338
1438
1538
1638
1738
1838
Claybrooke Magna
0641
0731
0841
0941
1041
1141
1241
1341
1441
1541
1641
1741
1841
Claybrooke Parva
0643
0733
0843
0943
1043
1143
1243
1343
1443
1543
1643
1743
1843
Ullesthorpe
0645
0735
0845
0945
1045
1145
1245
1345
1445
1545
1645
1745
1845
Magna Park - Hunter Boulevard
0653
0743
0853
0953
1053
1153
1253
1353
1453
1553
1653
1753
1853
Magna Park - Wellington Parkway
0655
0745
0855
0955
1055
1155
1255
1355
1455
1555
1655
1755
1855
Lutterworth, George Street (Arr)
0706
0756
0906
1006
1106
1206
1306
1406
1506
1606
1706
1806
1906
Lutterworth, George Street (Dep)
0707
0757
0907
1007
1107
1207
1307
1407
1507
1607
1707
1807
-
Walcote
0711
0801
0911
1011
1111
1211
1311
1411
1511
1611
1711
1811
-
South Kilworth
0717
0807
0917
1017
1117
1217
1317
1417
1517
1617
1717
1817
-
North Kilworth
0721
0811
0921
1021
1121
1221
1321
1421
1521
1621
1721
1821
-
Husbands Bosworth
0725
0815
0925
1025
1125
1225
1325
1425
1525
1625
1725
1825
-
Theddingworth
0729
0819
0929
1029
1129
1229
1329
1429
1529
1629
1729
1829
-
Lubenham
0734
0824
0934
1034
1134
1234
1334
1434
1534
1634
1734
1834
-
Market Harborough, Market Hall
0742
0832
0942
1042
1142
1242
1342
1442
1542
1642
1742
1842
-
Rail Station (arr)
0745
0835
0945
1045
1145
1245
1345
1445
1545
1645
1745
1845
Market Harborough, Market Hall (arr)
0748
0838
0948
1048
1148
1248
1348
1448
1548
1648
1748
1848
A = 40+ seat vehicle required on these journeys.
B = optional 40+ seat vehicle
7. Non-Compliant Tenders
The County Council is willing to consider alternative tenders (for example, a bid which does
not conform exactly to the vehicle specification). However, to validate such a bid, a
compliant tender must also be submitted, to enable the authority to evaluate the relative
‘value for money’.
Any alternative tender submitted without a compliant tender will not be considered.
8. Tender for the Service as Specified in this Schedule- to be completed
by bus operator. The closing date for receipt of tenders is noon Friday 26th
November 2010.
Contract Number:
0020
Vehicle Level (1)
Price per year (minimum cost)
Vehicle Level (2)
………………… Price per year (minimum cost)
…………………
Price per year (minimum subsidy)
….………...…… Price per year (minimum subsidy)
…….……...……
Type of vehicle(s) to be used
………………… Type of vehicle(s) to be used
…………………
Seating capacity
………………...
Seating capacity
………………...
Ticketing system
Vehicle Level (3)
Price per year (minimum cost)
…………………
Ticketing system
Non-Compliant Bids
…………………
…………………
(Operators must submit a compliant tender and provide adequate
supporting information)
Price per year (minimum subsidy)
….……..………
Type of vehicle(s) to be used
…………………
Seating capacity
………………...
Ticketing system
…………………
Print your full name
…………………………………
Name of company
PCV Operators Licence Number
Address
………………………….……..
………………………….……..
………………………….……..
………………………….……..
…………………………….…..
………………………….……..
………………………………...
………………………………...
………………………………...
Postcode
Telephone number(s)
Signed
Dated
Please note, if you are submitting any tender on a basis other than that specified in this schedule,
you must provide adequate supporting information.
This Section to be completed by officers of the County Council:
Tender opened by:
…………………………………
On (date):
…………………………………
Witnessed by:
…………………………………
The foregoing tender, option ( ), has been accepted on behalf of Leicestershire County Council by
Signed
…………………………………
Dated
…………………………………
Appendix A (Criteria for Award of Local Bus Service Contracts)
1. Flagship method
For existing contracts where the level of vehicle specification in use corresponds to ‘1’
(i.e. the highest ‘flagship’ level), we will publish the existing contract price in the tender
document and use the following criteria as the basis for our decision of award:

The contract will be awarded to the lowest priced tender for vehicle specification
‘1’ provided that this price is no more than 3% greater than the existing contract
price.

If the lowest tender for vehicle specification 1 is greater than this, the contract will
be awarded to the most economically advantageous tender determined by the
‘standard method’ (detailed below).
2. Standard method
This method will be used to determine the most economically advantageous tender in the
following scenarios:
i. for an existing contract at vehicle specification 1, where the lowest tender price
for option 1 is more than 3% greater than the current contract price
ii. for an existing contract at vehicle specification levels 2 or 3
iii. for any new contract
In all cases, the base revenue for the contract (i.e. the revenue assumed for vehicle
specification 3) will be calculated (or estimated for a new contract) and published in the
tender document.
The contract will then be awarded to the lowest price for vehicle specification 3 unless:

the difference between the lowest price for vehicle specifications 3 and 2 is
less than 15% of the base revenue, in which case the contract will be
awarded for vehicle specification 2
Unless;

the difference between the lowest price for vehicle specifications 2 and 1 is
less than 10% of the base revenue, in which case the contract will be
awarded for vehicle specification 1
NB Examples, which work through the above methodologies, may be obtained by
contacting Rob Whittaker on 0116 3057256 or by email at the following address:
rob.whittaker@leics.gov.uk
Download