2 School Bus Contracts
Isle of Anglesey County Council.
United Kingdom-Anglesey: Hire of buses and coaches with driver
2014/S 098-171499
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Isle of Anglesey County Council
Council Offices, Llangefni
For the attention of: Iwan Cadwaladr
LL77 7TW Anglesey
UNITED KINGDOM
Telephone: +44 1248752620
E-mail: icxpl@anglesey.gov.uk
Fax: +44 1248752180
Internet address(es):
General address of the contracting authority: www.anglesey.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0369
Electronic access to information: www.sell2wales.gov.uk
Further information can be obtained from: Isle of Anglesey County Council
Isle of Anglesey County Council, Council Offices, Llangefni
Contact point(s): Environment & Technical Service
For the attention of: Iwan Cadwaladr
LL77 7TW Anglesey
UNITED KINGDOM
Telephone: +44 1248752455
E-mail: icxpl@anglesey.gov.uk
Fax: +44 1248752332
Internet address: www.anglesey.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: Isle of Anglesey County Council
Isle of Anglesey County Council, Council Offices, Llangefni
Contact point(s): Legal Services
For the attention of: Director of Legal Services.
LL77 7TW Anglesey
UNITED KINGDOM
Telephone: +44 1248752455
Fax: +44 1248752332
Internet address: www.anglesey.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
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: Isle of Anglesey.
NUTS code UKL11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
2 school bus contracts. One operating to/from Ysgol Uwchradd Bodedern and the other to/from Ysgol Gyfun Llangefni.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site athttp://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=9845.
II.1.6)Common procurement vocabulary (CPV)
60172000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 240 000 and 260 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 305 Lot title: Ysgol Bodedern
1)Short description
2)Common procurement vocabulary (CPV)
60172000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 385 Lot title: Ysgol Gyfun Llangefni
1)Short description
2)Common procurement vocabulary (CPV)
60172000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.3)Technical capacity
(1) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Licensed public service vehicle operators.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 4.7.2014 – 12:00
Place:
Llangefni.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 01-05-2020
VI.3)Additional information
(WA Ref:9845)
VI.5)Date of dispatch of this notice: