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

Home to School Bus Transport and Local Bus Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Warwickshire County Council
Resources Directorate, P.O. Box 3, Shire Hall
Contact point(s): Strategic Procurement
CV34 4RH Warwick
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.warwickshire.gov.uk

Address of the buyer profile: http://www.warwickshire.gov.uk/procurement

Electronic access to information: https://in-tendhost.co.uk/csw-jets

Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/csw-jets

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 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:
Home to School Bus Transport and Local Bus Service.
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: Warwickshire.

NUTS code UKG13

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: 200

Duration of the framework agreement

Duration in months: 19

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

Estimated value excluding VAT:
Range: between 500 000 and 50 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The establishment of a framework contract for the provision of home to school transport and local bus services throughout the County of Warwickshire. The required vehicle size for this framework is greater than 9 seats.
II.1.6)Common procurement vocabulary (CPV)

60172000

II.1.7)Information about Government Procurement Agreement (GPA)
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:
Once the framework is established, contracts for specific routes will be placed following a competitive pricing exercise which may include e-auctions.In applying for this framework, bidders will not be required to submit initial pricing. Inclusion or otherwise on the framework will be purely quality based. Pricing for specific requirements will be secured following a further competition (including the use of reverse auctions if the Council decides this is in its best commercial interest).
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

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
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:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the invitation to tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the invitation to tender.
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
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: yes
Additional information about electronic auction: The Council will use a combination of mechanisms to secure the most economically advantageous solution for each individual contract awarded under the framework. This will include the use of e auctions where the Council believes that this will secure the most cost effective solution. Those organisations included within the framework will receive full details of the auction process to be adopted prior to each e auction event.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
1008
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: 14.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.3.2014 - 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: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 14.3.2014 - 13:00

Place:

Warwickshire County Council, Shire Hall, Market Place, Warwick.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Officers of Warwickshire County Council and/or their appointed agents.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: April 2015
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

Warwickshire County Council will be using it's e-tendering system for the administration of this procurement process and providers must register with the system to be able to express an interest.The web address is https://in-tendhost.co.uk/csw-jets

Registration and use of In-Tend is free. Once registered all correspondence for this procurement process must be via the In-Tend correspondence function. However, if you are unable to register with the In-Tend website please email

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:
29.1.2014