By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supported Bus Passenger Transport Services Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Bracknell Forest Borough Council
Time Square, Market Street
Contact point(s): Transport Implementation Team
For the attention of: Phillip Burke
RG12 1JD Bracknell
UNITED KINGDOM
Telephone: +44 1344351266
E-mail:

Internet address(es):

General address of the contracting authority: www.bracknell-forest.gov.uk

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: South East Business Portal
Internet address: https://www.businessportal.southeastiep.gov.uk/

Tenders or requests to participate must be sent to: South East Business Portal
Internet address: https://www.businessportal.southeastiep.gov.uk/

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:
Supported Bus Passenger Transport Services Framework.
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

NUTS code UKJ

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 15

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 2 000 000 and 7 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Council currently provides 9 subsidised public bus services.
The framework agreement will be in place for a maximum of 4 years (3+1). However individual call off contracts may be let for 8 years depending on demand and affordability.
The requirements exclude the provision of community transport and home to school transport for pupils with special needs requirements, e.g. wheelchair and/or escort.

Organisations must register their interest against the advert on the South East Business Portal: https://www.businessportal.southeastiep.gov.uk/ in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest.

II.1.6)Common procurement vocabulary (CPV)

60112000, 60130000, 60140000

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: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: The framework will be in place for 3 years plus 1 additional year: 3+1=4.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see full Invitation to Tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see full Invitation to Tender document.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please see full Invitation to Tender document.
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: Please see full Invitation to Tender document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please see full Invitation to Tender document.
Minimum level(s) of standards possibly required: Please see full Invitation to Tender document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please see full Invitation to Tender document.
Minimum level(s) of standards possibly required:
Please see full Invitation to Tender document.
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: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
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
no
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: 3.5.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.5.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
22.3.2016
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
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 3.5.2016 - 12:00

Place:

Bracknell Forest Council.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Officers from the Council.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Procurement documents can be found on the South East Business Portal. Please ensure that you register your interest in this opportunity on the Portal so that you can be sent any clarifications.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.3.2016