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 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:Home to School Bus Transport and Local Bus Service.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
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 agreementFramework 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) II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)LotsThis contract is divided into lots: no
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: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 optionsOptions: no
II.2.3)Information about renewalsThis 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 abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the invitation to tender.
III.2.3)Technical capacityInformation 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 professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 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: 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 contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime 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 participate14.3.2014 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 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 recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: April 2015
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 informationWarwickshire 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