Transport Tender Liverpool
South Liverpool transport hub operator.
UK-Liverpool: Transport services (excl. Waste transport)
2013/S 117-200065
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Liverpool City Council
4th floor, Venture Place, Sir Thomas Street
Contact point(s): Finance and Resources (Procurement)
For the attention of: Gary Chan
L1 6BW Liverpool
UNITED KINGDOM
E-mail: gary.chan@liverpool.gov.uk
Tenders or requests to participate must be sent to: Liverpool City Council
Contact point(s): Tender documents are to be downloaded from the Due North Portal
L2 2DH Liverpool
UNITED KINGDOM
Section II: Object of the contract
Service category No 27: Other services
NUTS code UKD52
The transport hub is to be set up within a community setting to link people to economic opportunity and remove transport barriers. The promotion of ‘smarter choices’ will support this work through improving accessibility, health and social inclusion by reducing congestion and pollution. The project will deliver a programme of bike rides and led walks, train volunteers and develop initiatives to increase bike ownership. It will also seek to remove transport barriers such as low travel horizons, limited confidence and/or experience, difficulty in interpreting public transport information and distribution of travel passes with the aim of maximising the ability of local residents to use transport to access essential opportunities and services (employment, education, skills and training).
The transport hub must complement current policy frameworks and objectives and should build on successful work undertaken in the Cycle Speke Project 2009-2011.
This will be up to a 2 year contract for one provider of the South Liverpool Transport Hub and associated activities.
60000000, 71311200
Section III: Legal, economic, financial and technical information
(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 26.5.1972. 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 10.6.1991. on prevention of the use of the financial system for the purpose of money laundering.
(a) A list of the works carried out over the past 5 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.
(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.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 70
2. Price. Weighting 30
Section VI: Complementary information
Reference to project(s) and/or programme(s): Local Sustainable Transport Fund (LSTF)
VI.5)Date of dispatch of this notice:14.6.2013