Tender for Cycle to Work Scheme – Kent County Council
During the previous Cycle to Work contract, 571 bicycles were purchased, with the average order value of GBP 465 per employee. On the basis of a 24 month contract, the estimated contract value is GBP 177 k and with a 12 month extension, GBP 266 k. This is based on the estimated value of GBP 44 k per scheme, of which two are run per year.
United Kingdom-Maidstone: Transport services (excl. Waste transport)
2014/S 087-152622
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Kent County Council
Sessions House Room 3.39, Strategic Sourcing and Procurement County Hall
For the attention of: Miss Lizzie Wheable
ME14 1XQ Maidstone
UNITED KINGDOM
Telephone: +44 1622221475
E-mail: elizabeth.wheable@kent.gov.uk
Internet address(es):
General address of the contracting authority: www.kentbusinessportal.org.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 27: Other services
Main site or location of works, place of delivery or of performance: Please refer to the Invitation to Tender.
NUTS code UKJ42
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 266 000 GBP
II.1.5)Short description of the contract or purchase(s)
To reduce environmental pollution and promote healthier journeys, the 1999 Finance Act introduced an annual tax exemption which allows employers to loan bicycles and safety equipment to employees (up to the cumulative value of GBP 1 000) as a tax-free benefit. The exemption was one of a series of measures introduced under the Government’s Green Transport Plan. Supporting the Green Agenda is the primary environmental issue and this also works towards the Council’s Health and Wellbeing Agenda.
As a result, the Council’s Reward team normally run two Cycle to Work schemes annually in pre-determined windows, usually in April and September. During this time, employees can take part in the salary sacrifice scheme and acquire bicycles and safety equipment for the primary use of commuting to and from work.
The workforce at the Council can be divided into two distinct groups:
1. Non schools
Communication channels:-
Kent Rewards platform, schools website, term time weekly electronic newsletter
Posters, flyers, popup banners, events
Non schools – 11 000 employees
2. Schools
Communication channels:-
Kent Rewards platform, intranet, weekly electronic newsletter
Posters, flyers, popup banners, events
Casual staff cannot participate in the scheme
4 categories of schools – staff in two of these categories are eligible to participate in the scheme. This must be clear in all communications.
Community and Voluntary Controlled schools – 337
The Council are inviting potential suppliers to tender for the provision of a Cycle to Work scheme whereby the successful supplier is expected to organise and manage the process on behalf of the Council. This will be a Framework Agreement which will allow bicycles and equipment to be purchased as required on a call-off basis depending on employee demand.
The scheme provider will be required to utilise, partner with or sub-contract to independent local providers where appropriate, both at the beginning and throughout the scheme duration. This will increase the range of bicycles and equipment available to Council employees and increase the opportunities local SMEs have to participate in the scheme.
During the previous Cycle to Work contract, 571 bicycles were purchased, with the average order value of GBP 465 per employee. On the basis of a 24 month contract, the estimated contract value is GBP 177 k and with a 12 month extension, GBP 266 k. This is based on the estimated value of GBP 44 k per scheme, of which two are run per year. The Council do not currently pay any additional monies for the running of the scheme itself.
No guarantee is given as to the actual value of the contract or the value of work under this contract.
The contract is anticipated to commence upon 10.7.2014 and will continue for a period of 24 months unless terminated in accordance with the Conditions of Contract on the Kent Business Portal. Should the contractor perform to the specification throughout this contract period, the Council may offer a further 12 month extension.
II.1.6)Common procurement vocabulary (CPV)
60000000, 34000000
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.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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 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:
Please refer to the Invitation to Tender.
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
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Kent County Council
Sessions House Room 3.39, Strategic Sourcing and Procurement County Hall
ME14 1XQ Maidstone
UNITED KINGDOM
VI.4.3)Service from which information about the lodging of appeals may be obtained
Kent County Council
Sessions House Room 3.39, Strategic Sourcing and Procurement County Hall
ME14 1XQ Maidstone
UNITED KINGDOM
VI.5)Date of dispatch of this notice: