Liverpool City Cycle Hire Scheme
Liverpool City Council requires a high quality cycle hire operator to take this project forward in terms of set up, marketing and operating the scheme in Liverpool city centre.
United Kingdom-Liverpool: Bicycles
2013/S 187-322854
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Liverpool City Council
Finance & Resources (Procurement), Room 121 Municipal Buildings, Dale Street
For the attention of: Lyndsay Miles
L1 2DH Liverpool
UNITED KINGDOM
E-mail: lyndsay.miles@liverpool.gov.uk
Section II: Object of the contract
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: City of Liverpool.
NUTS code UKD52
Limiting the growth of car journeys and increasing the number of journeys made by cycle are targets within the third Merseyside Local Transport Plan (available at www.transportmerseyside.org). The scheme is to be funded through the Local Sustainable Transport Fund (LSTF), by the Department for Transport, UK.
A Cycle Hire scheme will contribute positively towards these targets and will also meet other local aims to improve accessibility, health and social inclusion by reducing congestion and pollution.
Liverpool City Council requires a high quality cycle hire operator to take this project forward in terms of set up, marketing and operating the scheme in Liverpool city centre. An operator will supply and run control systems for 1000 hire cycles primarily in the City Centre for 6 years on a profit sharing basis.
34430000, 34400000
Section III: Legal, economic, financial and technical information
Description of particular conditions: Refer to ITT.
(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 May 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 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Refer to ITT.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Refer to ITT.
Minimum level(s) of standards possibly required: Refer to ITT.
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
Refer to ITT.
Minimum level(s) of standards possibly required:
Refer to ITT.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 70
2. Cost. Weighting 30
Payable documents: no
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Legal Services.
Section VI: Complementary information
Reference to project(s) and/or programme(s):
(i) Enhance access to employment and other essential services, reduce congestion, improve journey time reliability thereby supporting the local economy and facilitating sustainable economic development;
(ii) Reduce the proportion of journeys that are made by car in Merseyside and increases journeys that are made using sustainable modes. The overall impact is a reduction in carbon emissions; and
(iii) Improve safety.
To express your interest in this opportunity and access the ITT questionnaire documents, your company will need to register on a procurement portal called ‘The Chest’ which is operated by Due North. Once you have completed your questionnaire you will be required to submit it through ‘The Chest’ portal. Please note, the document will only be available on ‘The Chest’. Once you have registered you will receive an alert for this opportunity, you will need to follow the instructions as a ‘Supplier’ to enable you to return your completed questionnaire.
To register your organisation on The Chest click on the following link www.thechest.nwce.gov.uk go to ‘Suppliers’ area and click on ‘register free’.