City of York Council Park and Ride Service Contract
The City of York Council is looking to appoint an bus operator to operate the city’s Park and Ride service. The main objective of the Park and Ride service is to reduce congestion in the city centre.
United Kingdom-York: Public road transport services
2016/S 116-205633
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
West Offices, Station Rise
York
YO1 6GA
United Kingdom
Contact person: Phill Monk
E-mail: procurement@york.gov.uk
NUTS code: UKE21
Internet address(es):Main address: http://www.york.gov.uk
Address of the buyer profile: http://www.yortender.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Park and Ride Service 2017 — 2025.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of York Council (CYC) is looking to appoint an bus operator to operate the city’s Park and Ride service.
The main objective of the Park and Ride service is to reduce congestion in the city centre. This will be principally achieved by encouraging motorists to use the Park and Ride sites and make use of the high quality, frequent bus service. Users may also cycle or walk to, or be dropped off at the sites and then use the bus service. In addition, some users of the car parks may park and cycle into the city centre. The service operator shall promote all of these options when marketing the service and not hinder any user of the Park & Ride sites who wishes to cycle from the sites. At Monks Cross, validation of the car park tokens will be required free of charge for users who park and then cycle to the city centre from the site. A similar form of access restriction may be implemented at other Park & Ride sites during the life of this agreement.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The City of York.
II.2.4)Description of the procurement:
The City of York Council requires an operator to run its park and ride services from six park and ride sites to the city centre. Fees will be collected by the Operator from service users. The Operator will pay an annual licence fee to CYC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
See tender documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
See tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Commercial background to the Park and Ride service:
1) There is a strong focus on reducing emissions and congestion in the city centre and the operator will work with CYC to achieve this aim. From time to time CYC and the Operator will seek and apply for grants to improve the service. Following the award of any grant during the term of the Contract, the Authority is entitled to propose an Authority Change in accordance with Clause 33 of the Contract. The Authority is entitled to propose an Authority Change which, for the purposes of Regulation 72(1) (a) of the Public Contracts Regulation 2015, is within the scope of the Official Journal of the EU (OJEU) Contract Notice relating to this Agreement; is within the scope of this Clause 32 and does not alter the overall nature of this Agreement. The Authority is also entitled to propose an Authority Change under the provisions of Regulations 72(1)(b) (additional works or services), (c) (unforeseen circumstances), (d) (replacement contractor) or (e) (non-substantial modification) of the Public Contracts Regulations 2015 provided the conditions of those Regulations are met.
2) Potential operators should note the following regarding the estimated contract total mentioned on this Contract Notice. The estimated contract value on this form has been entered as £1.00. As an explanation, CYC requires an annual minimum licence fee payment from the operator to CYC for each of the eight years of operation. Income from ticket sales in the last twelve months was approximately £50,000,000. CYC may make payments to the operator following contract changes in order to improve services or provide additional services during the lifetime of the contract. Additionally, CYC may require a higher annual licence fee than the value tendered as new commercial opportunities are exploited with profits split between the operator and CYC. Further information is set out in the ITT documentation.
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Passenger Transport Framework Worcestershire
Taxi Services DPS Notice London
Nottinghamshire County Council Transport Services Framework
Home to Transport Staffordshire Mini Competition