Manchester City Council Taxi Services Contract
The Framework will consist mainly of low mileage journeys usually within the geographical spread of the City Council’s boundaries.
United Kingdom-Manchester: Taxi services
2019/S 227-557190
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Level 3, Town Hall Extension
Town: Manchester
NUTS code: UKD3
Postal code: M60 2LA
Country: United Kingdom
Contact person: Mrs Damayanti Tailor
E-mail: d.tailor@manchester.gov.uk
Telephone: +44 1612344106
Address of the buyer profile: http://www.manchester.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
TC067 — Provision of Transportation for Officers and Members
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The purpose of this tender is to provide a framework for provision of transportation services as and when required for use by Manchester City Council. The framework will consist mainly of low mileage journeys usually within the geographical spread of the City Council’s boundaries, or outside of these boundaries if so required on the basis of either a single or return journey.
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
The purpose of this tender is to provide a framework for provision of transportation services as and when required for use by Manchester City Council. The framework will consist mainly of low mileage journeys usually within the geographical spread of the City Council’s boundaries, or outside of these boundaries if so required on the basis of either a single or return journey.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework period will be for 1 year with the option to extend further for 1 + 1 + 1 years.
It is intended for the framework to commence 1.3.2020.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk
Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the online portal by 11.00 a.m. on 20.12.2019 as referred to in IV.2.2).
Section III: Legal, economic, financial and technical information
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk
Once registered, applicants will be emailed a login and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the online portal by 11.00 a.m. on 20.12.2019 as referred to in IV.2.2). Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.
The contracts will be for 1 year, expected to commence 1.3.2020 with an option to extend yearly for up to 3 years.
The successful supplier will be required to actively participate in the economic and social regeneration of the locality of and surroundings of, the place of delivery of the contract. Therefore, selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project.
The Council reserves the right not to award the framework, as a result of this contract notice. The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed framework.
All submissions must be in English, with any clarifications or discussions conducted in English. Tenders and supporting documents must be priced in pounds sterling and all payments under the proposed contract will be made in pounds sterling.
Please note that although quantities and descriptions in the framework are those used and required by Manchester City Council this framework is open to and may be used by other Authorities and Manchester Partners — this includes the following Councils — Bolton, Stockport, Tameside, Oldham, Trafford, Rochdale, Bury, Salford, Wigan, Blackburn Darwen BC, Blackpool, Cheshire East, Warrington, Manchester Central Convention Complex, Commission for New Economy, Transport for Greater Manchester (TfGM), Greater Manchester Transport Unit, Greater Manchester Combined Authority and the Integrated Transport Authority, Greater Manchester Police, Greater Manchester Fire Authority, Manchester International Airport, and any other public authority, National Health Service (NHS) organisation or companies/partners owned by or part of any contracting body.
VI.4.1)Review body
Postal address: Level 3, Town Hall Extension
Town: Manchester
Postal code: M60 2LA
Country: United Kingdom
VI.4.3)Review procedure
The Council will incorporate a minimum 10 calendar days standstill period at the point information on the award of the framework is communicated to tenderers prior to entering into the framework. If an appeal regarding the award of a framework has not been successfully resolved, the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: