Coach Service Tender Belfast
Pre-qualification questionnaire for the Provision of Minibus/Coach Service (with driver). UK-Belfast: hire of buses and coaches with driver
2012/S 60-097949
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Belfast City Council
Adelaide Exchange, 24-26 Adelaide Street
For the attention of: Brenda McIntosh
BT2 8GD Belfast
UNITED KINGDOM
E-mail: mcintoshb@belfastcity.gov.uk
Internet address(es):
General address of the contracting authority: www.belfastcity.gov.uk/tenders
Further information can be obtained from: The above mentioned contact point(s)
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: The above mentioned contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Pre-qualification questionnaire for the Provision of Minibus/Coach Service (with driver).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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: Belfast and other areas throughout Northern Ireland.
NUTS code UKN01
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Provision of a Minibus/Coach Hire Service (with driver).
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 276 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract will be for a period of 1 year with the option to renew annually for a further 2 years, subject to satisfactory performance by the Contractor/s.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Conditions for participation are contained in the documents. As per the pre-qualification document, candidates may be excluded in accordance with Regulation 23 of the Public Contracts Regulations (as amended) 2006.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Adequate to deliver the contract based on satisfying PQQ requirements. Refer to PQQ specification.
Minimum level(s) of standards possibly required: In relation to the Economic and Financial Capacity, tenderers will be expected to have a minimum annual turnover of £368,000.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Adequate to deliver the contract based on satisfying PQQ requirements. Refer to PQQ specification.
Minimum level(s) of standards possibly required:
The successful contractor must hold an international operator’s licence.
Drivers assigned to this contract must be POCVA checked (The Protection of Children and Vulnerable Adults (NI) Order 2003) (or equivalent) and CRB checked (Criminal Record Bureau) (or equivalent).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 1: and maximum number 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ST1092
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
24.4.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
This is the first of a two-stage process. Only those applicants who pass the financial appraisal and achieve a minimum quality score of 60 % may go forward to the second stage. A list of a maximum of 6 contractors shall be established from whom tenders shall subsequently be invited. This may result in fewer than 6 companies being invited to submit tenders.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period (or 15 days if non-electronic or fax methods used) at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved then the Public Contracts Regulations 2006 (England, Wales and Northern Ireland) 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). Any such action must be brought promptly (generally within 3 months).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:22.3.2012