Framework Agreement for Safe Driving with Age Scheme
The duration of the framework is for 2 years with an option to extend for up to a further 2 x 12 months.
United Kingdom-Durham: Education and training services
2015/S 227-413612
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Durham County Council
Corporate Procurement, County Hall
For the attention of: Kelly Stewart
DH1 5UL Durham
UNITED KINGDOM
E-mail: kstew@durham.gov.uk
Internet address(es):
General address of the contracting authority: http://www.durham.gov.uk
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
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 27: Other services
Main site or location of works, place of delivery or of performance: Durham and Hartlepool.
NUTS code UKC14
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: 5
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
Durham County Council and Hartlepool Borough Council Framework Agreement for Safe Driving with Age Scheme (SAGE). Specific contract information and duration can be found within the tender documents supplied which can be downloaded from www.nepoportal.org
II.1.6)Common procurement vocabulary (CPV)
80000000
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:
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
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:
III.1.4)Other particular conditions
Description of particular conditions: The Council has undertaken a commitment to ensure wider socialand
community benefits are achieved in the course of all it’s commissioning and procurement activities.
Inaccordance with this, Bidders may be required to work with the Council towards achieving such aims.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
of Directive 2014/24/EU and Regulation 57 of the Public Contracts Regulations 2015 and as set in the tender
documents available from the NEPO portal as detailed in section V1.3.
III.2.2)Economic and financial ability
the requirements are met: In accordance with article 58
of Directive 2014/24/EU and Regulation 58 of the Public
Contracts Regulations 2015 and as per the tender
documents.
Minimum level(s) of standards possibly required: As per the tender documents.
III.2.3)Technical capacity
In accordance with article 58 of Directive 2014/24/EU
and Regulation 58 of the Public ContractsRegulations
2015 and as per the tender documents.
Minimum level(s) of standards possibly required:
1. Public Liability 5 000 000 GBP; 2. Employers Liability
10 000000 GBP; and Motor vehicle Insurance. Bidders
must successfully pass Parts B-E including Section F
Essential Criteria (in line with the evaluation criteria set
out in the Tender documents) to have their responses to
the Technical
Questions in Part G of the Tender evaluated.
Parts A-F include grounds for exclusion; Insurance;
health and safety, equality and diversity and essential
criteria.
The maximum number of bidders to be awarded a place on the framework is five (5)who achieve the highest weighted tender score will
be awarded a position on the Framework ranked in
order of their scores achieved at tender stage.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 90
2. Price. Weighting 10
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Professional Officers of the Council.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please note this Tender is being advertised on Durham County Council’s E-tendering system. Organisations can
register electronically for the documents via http://www.nepoportal.org/. Then access the supplier’s area,
select Durham and input A4FK-C8J7UE.
VI.4.2)Lodging of appeals
is communicated to bidders. That notification willprovide full information on the award decision. The standstill
period which will be for a minimum of 10 calendardays, provides time for the unsuccessful bidders to challenge
the award decision before the contract is enteredinto. The Public Regulations 2006 (SI 2006 No. 5) (as EN
Standard form 02 — Contract notice 12/16 amended)provide the aggrieved parties who have been harmed or at
EN Standard form 02 — Contract notice 12 / 21
risk of harm by a breach of the rules to take action inthe High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: