Passenger Services Framework 2015 for Bedford Borough Council
Lot 1 – 4 Passenger Seat Vehicles and/or 5-8 Seat Vehicles.
United Kingdom-Bedford: Motor vehicles for the transport of fewer than 10 persons
2014/S 246-434239
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Bedford Borough Council
Borough Hall, Cauldwell Street
Contact point(s): Commercial Hub
MK42 9AP Bedford
UNITED KINGDOM
Telephone: +44 1234276160
E-mail: commercial.hub@bedford.gov.uk
Fax: +44 1234276160
Internet address(es):
General address of the contracting authority: https://www.proactisplaza.com/
Address of the buyer profile: https://www.proactisplaza.com/supplierportal/
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)
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: 119 Barkers Lane, Bedford, MK41 9RR, United Kingdom.
NUTS code UKH22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 120
Duration of the framework agreement
Duration in years: 1
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 000 000 and 55 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
34115200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 2 000 000 and 5 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Lot 1 — 4 Passenger Seat Vehicles and/or 5-8 Seat Vehicles
1)Short description
2)Common procurement vocabulary (CPV)
34115200, 34115200, 60120000, 34114400
5)Additional information about lots
Lot No: 2Lot title: Lot 2 — 9-16 Passenger seats vehicles
1)Short description
2)Common procurement vocabulary (CPV)
34120000, 34115200, 34120000, 60120000, 34114400
5)Additional information about lots
Lot No: 3Lot title: Lot 3 — 17+ Passenger seats (single deck vehicle)
1)Short description
2)Common procurement vocabulary (CPV)
34120000, 34120000, 34121000, 60120000, 34114400
5)Additional information about lots
Lot No: 4Lot title: Lot 4 — Double deck vehicle
1)Short description
2)Common procurement vocabulary (CPV)
34121300, 34121300, 34120000
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: As set out in the Invitation to Tender documentation.
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
Additional information about electronic auction: Suppliers appointed to the Framework will be invited to take part in ‘call-off’ tender exercises (mini-competition) activities for individual services. The mini-competition will comprise a Request for Quotation (RFQ) issued to all eligible operators on the relevant Framework Lot which, in some instances, may progress to a second stage electronic Reverse 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
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Other: English.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Further notices will be published prior to expiry of the Framework term or following any extension of the Framework.
VI.2)Information about European Union funds
VI.3)Additional information
The procurement will be undertaken using the Council’s online secure e-sourcing portal and all interested organisations will need to register via the following link: https://www.proactisplaza.com/supplierportal/?CID=bedfordbc
Full instructions of how to use the e-sourcing portal can be found on the relevant website, however in the event of any difficulties please contact the PROACTIS Help Desk on +44 1656665086 or alternatively the Council either by emailing commercial.hub@bedford.gov.uk or by calling +44 1234228420 for further assistance. Interested organisations must also contact the Commercial Hub by emailing commercial.hub@bedford.gov.uk in order to ensure that the registration process and access to the tender documentation runs smoothly. All interested organisations are required to return 1 electronic copy of their completed Tender submission via the Council’s e-sourcing portal. Only those Tender submissions returned by the closing date and time will be deemed valid. Late submissions will not be accepted. During the procurement process, it is compulsory for Bidders to utilise the e-sourcing portal as the main channel of communication and exchange of documents. For this purpose, as stated above, it is quintessential that Bidders register with a valid, accurate and regularly monitored email address. In declaring an interest in this procurement process, Bidders agree to the use of this system. The contracting authority considers that this framework and associated Lots may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement and award to the Framework will be on the basis of the most economically advantageous tender.
VI.4.1)Body responsible for appeal procedures
Bedford Borough Council
Cauldwell Street
MK42 9AP Bedford
UNITED KINGDOM
Telephone: +44 221234228420
Body responsible for mediation procedures
As in VI.4.1 above
VI.4.3)Service from which information about the lodging of appeals may be obtained
As in VI.4.1 above
VI.5)Date of dispatch of this notice: