Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Denbighshire County Council
Caledfryn, Smithfield Rd
For the attention of: Transport Assistant
LL16 3RJ Denbigh
UNITED KINGDOM
Telephone: +44 1824706996
Internet address(es):
General address of the contracting authority: www.denbighshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0280
Electronic access to information: etenderwales.bravoslution.co.uk
Electronic submission of tenders and requests to participate: etenderwales.bravoslution.co.uk
Further information can be obtained from: Denbighshire County Council
Caledfryn, Smithfield Road
Contact point(s): Highways & Environmental Services
For the attention of: Transport Assistant
LL16 3RJ Denbigh
UNITED KINGDOM
Telephone: +44 1824706996
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:
Passenger Transport Services March 2014.
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: Denbighshire and surrounding area.
NUTS code UKL13
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)
Tender for passenger transport services specifically for home to school transport for mainstream learners including those with specific requirements to include schools and colleges; also related local bus service journeys. Vehicles required are for licensed motor cars and PSVs. Contracts are largely within the county of Denbighshire but may serve other adjacent counties.
NOTE: The authority is using eTenderwales to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access eTenderwales, express your interest in this notice and access the tender documentation please visit
https://etenderwales.bravosolution.co.uk/web/login.shtml and search for PQQ/ITT code ITT-41049 within the appropriate area.
II.1.6)Common procurement vocabulary (CPV)
60170000, 60171000, 60172000, 60120000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
GBP 7,000,000.
Estimated value excluding VAT: 7 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Passenger Transport – numerous contracts across the county as identified in the tender documents
1)Short description
Passenger Transport – numerous contracts across the county as identified in the tender documents.
2)Common procurement vocabulary (CPV)
60170000, 60171000, 60172000, 60172000
3)Quantity or scope
Passenger Transport – numerous contracts across the county as identified in the tender documents.
Estimated value excluding VAT: 2 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None.
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:
Payment monthly in arrears following successful completion of a month’s work.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Suppliers shall be licensed hackney carriage, private hire or public service (bus/coach) operators and must fulfil the requirements of the Council’s contract documents.
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(2) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(3) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(4) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(5) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Licensed hackney carriage, private hire and or public service vehicle operators.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: The Council reserves the right to use a reverse electronic auction.
IV.3)Administrative information
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
Time limit for receipt of requests for documents or for accessing documents: 12.12.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
16.12.2013 – 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 of tenders
Date: 17.12.2013 – 12:00
Place:
Denbigh.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
These tenders are awareded on price only. All suppliers must first pass the criteria within the qualifiaction questionnaire. We may seek calrification from suppliers regarding their responses to thqt questionnaire.
(WA Ref:3819)
IV.3.2) Previous publication(s) concerning the same contract
yes
Prior information notice
Notice number in the OJEU:
2013/S 152-152264 of 01.08.2013
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Denbighshire County Council
County Hall, Wynnstay Road
LL15 1YN Ruthin
UNITED KINGDOM
Telephone: +44 1824706000
Internet address: www.denbighshire.gov.uk.uk
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting Authority will incorporate a minimum 10 calendar day standstill period(or 15 days where non-electronic or fax methods are used) at the point that an award decision is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract/framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender: and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the contract/framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or at risk of 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) The court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If a framework agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.11.2013