Derby City Council Transport Services Framework
Transport Services Framework for Hackney Carriage, Minibus and Private Hire Vehicles.
United Kingdom-Derby: Transport services (excl. Waste transport)
2015/S 089-160168
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Derby City Council
Procurement, The Council House, Corporation Street
For the attention of: Mrs Linda Spiby
DE1 2FS Derby
UNITED KINGDOM
Telephone: +44 1332643274
E-mail: procurement@derby.gov.uk
Further information can be obtained from: Derby City Council
The Council House Corporation Street
Contact point(s): Procurement
DE1 2FS Derby
UNITED KINGDOM
Telephone: +44 1332640768
E-mail: procurement@derby.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Derby City Council
The Council House Corporation Street
Contact point(s): Procurement
DE1 2FS Derby
UNITED KINGDOM
Telephone: +44 1332640768
E-mail: procurement@derby.gov.uk
Tenders or requests to participate must be sent to: Derby City Council
The Council House Corporation Street
DE1 2FS Derby
UNITED KINGDOM
Telephone: +44 1332640768
E-mail: procurement@derby.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: Derby.
NUTS code UKF1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 200
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 8 000 000 and 12 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
60000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 8 000 000 and 12 000 000 GBP
II.2.2)Information about options
Description of these options: The initial framework is for 2 years with the option to extend for a further 2 years in annual increments.
II.2.3)Information about renewals
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.3)Technical capacity
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published:
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Derby City Council
The Council House Corporation Street
DE1 2FS Derby
UNITED KINGDOM
E-mail: procurement@derby.gov.uk
Telephone: +44 1332640768
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: