Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Sunderland City Council
Corporate Procurement, Civic Centre, Burdon Road
For the attention of: Tanya Renshaw
SR2 7DN Sunderland
UNITED KINGDOM
Telephone: +44 1915612437
E-mail:
Internet address(es):
General address of the contracting authority: http://www.sunderland.gov.uk
Electronic access to information: http://www.qtegov.com/procontract/supplier.nsf
Electronic submission of tenders and requests to participate: http://www.qtegov.com/procontract/supplier.nsf
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)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Dynamic Purchasing System for Small Vehicles, Mini Bus and Coach Hire.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Main site or location of works, place of delivery or of performance: Sunderland.
NUTS code UKC
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the setting up of a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Sunderland City Council is seeking to establish a Dynamic Purchasing System (DPS) for The Provision of Small Vehicles, Mini Bus and Coach Hire. Provision under the DPS will include fixed term transport required on a regular basis and also standard transport for identified ad hoc/1-off journeys.
II.1.6)Common procurement vocabulary (CPV)60120000, 60170000, 60112000, 60100000, 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)LotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT:
Range: between 1 000 000 and 1 500 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Hackney Carriage, Private Hire and Small Vehicles (8 seats and less)1)Short description
Provision within Lot 1 will include fixed term transport for vulnerable children and adults for journeys that are identified and are required on a regular basis.
2)Common procurement vocabulary (CPV)60120000, 60170000, 60112000, 60100000, 60130000, 60140000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Mini Buses (up to 16 seats)1)Short description
Provision within Lot 2 will include fixed term transport for vulnerable children and adults for journeys that are identified and are required on a regular basis. Provision will also include standard transport for identified ad hoc/1-off journeys required for groups or several people.
2)Common procurement vocabulary (CPV)60120000, 60170000, 60112000, 60100000, 60130000, 60140000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Small Buses (17-40 seats)1)Short description
Provision within Lot 3 will include standard transport for identified ad hoc/1-off journeys required for groups or several people.
2)Common procurement vocabulary (CPV)60120000, 60170000, 60112000, 60100000, 60130000, 60140000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Large Buses and Coaches (41 seats and above)1)Short description
Provision within Lot 4 will include standard transport for identified ad hoc/1-off journeys required for groups or several people.
2)Common procurement vocabulary (CPV)60120000, 60170000, 60112000, 60100000, 60130000, 60140000
3)Quantity or scope
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:
As detailed in the Request to Participate documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the Request to Participate documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Authority reserve the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Contract performance conditions may relate in particular to economic, innovation-related, environmental, social or employment-related considerations.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the Request to Participate documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Applicants' economic and financial ability shall be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015.
Minimum level(s) of standards possibly required: Minimum levels of economic and financial standing are set out in full in the Pre Qualification Questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Applicants' technical capacity shall be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015.
Minimum level(s) of standards possibly required:
Minimum levels of technical capacity are set out in full in the Pre Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DN165997
IV.3.2)Previous publication(s) concerning the same contractno
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 participate8.7.2016 - 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 upEnglish.
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
This is an electronic Request to Participate via the Council's ProContract eTender system. All operators interested in this Request to Participate should register an expression of interest online at: ‘www.neporportal.org’ Request to Participate Reference DN165997. All Request to Participate documents are available via this portal. The Council will be using the Open Procurement Procedure and Requests to Participate must be returned before 12:00, Friday, 8.7.2016 in accordance with the Summary Instructions. As part of the Request to Participate process Sunderland City Council intend to hold a supplier briefing on Tuesday, 14.6.2016 at 10:30. Further details regarding the briefing session will be provided when confirming your intention to attend direct to: by no later than Friday, 10.6.2016. The aim of the briefing is to provide advice on submitting an acceptable Participation Request, there will also be opportunity to ask questions. The contracting authority does not bind itself to accept any request to participate and is not liable for any costs incurred by those expressing an interest or participating in this opportunity.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresSunderland City Council
Corporate Procurement, Civic Centre, Burdon Road
SR2 7DN Sunderland
UNITED KINGDOM
Internet address: http://www.sunderland.gov.uk
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Dynamic Purchasing System shall remain open throughout the period of validity. Therefore unsuccessful operators can re-submit their Request to Participate at any time. There will be no limits placed on operators in the number of Requests to Participate they submit in order to be approved to participate in the DPS.
VI.4.3)Service from which information about the lodging of appeals may be obtainedSunderland City Council
Corporate Procurement, Civic Centre, Burdon Road
SR2 7DN Sunderland
UNITED KINGDOM
Internet address: http://www.sunderland.gov.uk
VI.5)Date of dispatch of this notice:3.6.2016