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

Tender Phase 2, 2014 - Local Bus Transport Services

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Cheshire East Borough Council
Highways & Transportation, Delamere House, Floor 6 , Delamere Street
For the attention of: Peter Grime
CW1 2LL Crewe
UNITED KINGDOM
Telephone: +44 1270371475
E-mail:

Further information can be obtained from: Cheshire East Borough Council
Operators are required to register, submit an expression of interest and download documentation via the chest website at www.thechest.nwce.gov.uk - the project reference is NWCE-9FVH84
UNITED KINGDOM

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Cheshire East Borough Council
Operators are required to register, submit an expression of interest and download documentation via the chest website at www.thechest.nwce.gov.uk - the project reference is NWCE-9FVH84
UNITED KINGDOM

Tenders or requests to participate must be sent to: Cheshire East Borough Council
Operators are required to register, submit an expression of interest and download documentation via the chest website at www.thechest.nwce.gov.uk - the project reference is NWCE-9FVH84
UNITED KINGDOM

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Environment
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:
Tender Phase 2, 2014 - Local Bus Transport Services
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: Vehicles with drivers are required to transport clients to various locations in the East of Cheshire and surrounding areas. Detailed information of routes, days of operation, whether wheelchair accessible vehicles are required and whether passenger assistants as well as drivers are required, will be detailed in the tender documentation on the chest website.
The authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
Possible variations to lots - Should this happen updated information will be provided via The Chest website. The Council may exercise an option to extend the Contract for a further period or periods of up to 24 months in total. The successful operator(s) will need to complete contract documentation prior to the contract start date and therefore may be required to travel to our office in Crewe to complete the fore-mentioned paperwork.
A copy of the current terms and conditions will be available with the tender documentation on the chest website. Cheshire East Borough Council reserve the right not to award any of the listed lots

NUTS code UKD

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Vehicles with drivers are required to transport clients to various locations in the East of Cheshire and surrounding areas. Detailed information of routes, days of operation, whether wheelchair accessible vehicles are required and whether passenger assistants as well as drivers are required, will be detailed in the tender documentation on the chest website.
The authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
Possible variations to lots - Should this happen updated information will be provided via The Chest website. The Council may exercise an option to extend the Contract for a further period or periods of up to 24 months in total. The successful operator(s) will need to complete contract documentation prior to the contract start date and therefore may be required to travel to our office in Crewe to complete the fore-mentioned paperwork.
A copy of the current terms and conditions will be available with the tender documentation on the chest website. Cheshire East Borough Council reserve the right not to award any of the listed lots
II.1.6)Common procurement vocabulary (CPV)

60000000

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: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract will be awarded for either 1, 3 or 5 years with the option to extend (1 year if awarded for 1 year and 2 years if awarded for 3 or 5 years) - The values given in this notice are only estimates (based on 7 years) and take into account the maximum length of time this contract could be awarded for including extensions - the Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
Estimated value excluding VAT: 544 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: N80038
1)Short description
Route Start: Macclesfield
Route End: Crewe
Minimum Vehicle Seating Capacity: 19
Vehicle & Driver Required
For further information on whether wheelchair accessible vehicle or/and escorts are required please see Schedule document via the Chest website. Possible Route Variation - Should this happen updated information will also be provided via The Chest website.
2)Common procurement vocabulary (CPV)

60000000

3)Quantity or scope
The contract will be awarded for either 3 or 5 years with the option to extend (2 years if awarded for 3 or 5 years) - The values given in this notice are only estimates (based on 7 years) and take into account the maximum length of time this contract could be awarded for including extensions - the Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
Estimated value excluding VAT: 345 870 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: S70077
1)Short description
Route Start: Congleton
Route End: Kidsgrove
Minimum Vehicle Seating Capacity: 23
Vehicle & Driver Required
For further information on whether wheelchair accessible vehicle or/and escorts are required please see Schedule document via the Chest website. Possible Route Variation - Should this happen updated information will also be provided via The Chest website.
2)Common procurement vocabulary (CPV)

60000000

3)Quantity or scope
The contract will be awarded for either 1, 3 or 5 years with the option to extend (1 year if awarded for 1 year and 2 years if awarded for 3 or 5 years) - The values given in this notice are only estimates (based on 7 years) and take into account the maximum length of time this contract could be awarded for including extensions - the Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
Estimated value excluding VAT: 198 065 GBP
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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Delivery Payment
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Detailed within the tender documentation
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Detailed within the tender documentation
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: Any supplier may be disqualified who:
(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 judgement 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 May 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 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Detailed within the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Detailed within the tender documentation.
Minimum level(s) of standards possibly required: Detailed within the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Detailed within the tender documentation.
Minimum level(s) of standards possibly required:
Detailed within the tender documentation.
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: yes

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
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NWCE-9FVH84
IV.3.2)Previous publication(s) concerning the same contract
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: 17.3.2014 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate
5.2.2014 - 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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about European Union funds
VI.3)Additional information

This procurement exercise will be conducted on Cheshire East Borough Council's electronic contract and tender management system at www.thechest.nwce.gov.uk. Organisations wishing to be considered for this contract(s) must register their expression of interest and provide additional procurement-specific information (if required) through the contract and tender management system. It is the organisations responsibility to satisfy themselves that they have provided all of the required information. If you have any technical problems with the contract and management system please contact the helpdesk on Email: or Telephone: +44 8452930459. If and when this requirement is offered to tender, this may be done in whole or in part via electronic means using the contract and tender management system at www.thechest.nwce.gov.uk. If you require urgent assistance regarding the initial usage of the etendering package then please contact the Contract Authority point-of-contact in Section I.1 of this notice. On failure to reach this contact, please immediately email the nature of the difficulty to . All deadlines are potentially subject to change. The authority will make all the best endeavours to communicate revised deadlines, should they change. Cheshire East Borough Council reserve the right not to award any of the listed lots.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM

Body responsible for mediation procedures

Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 day standstill period at the point that an award decision notice is communicated to tenderers.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
31.1.2014