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

Second Provision of Passenger Transport Services in Herefordshire.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

The County of Herefordshire District Council
Plough Lane
Contact point(s): Procurement
For the attention of: John Francis
HR4 0LE Hereford
UNITED KINGDOM
Telephone: +44 1432260000
E-mail: [email protected]

Internet address(es):

General address of the contracting authority: http://www.herefordshire.gov.uk

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0142

Electronic access to information: https://tenders.herefordshire.gov.uk/SupplierPortal/

Electronic submission of tenders and requests to participate: https://tenders.herefordshire.gov.uk/SupplierPortal/

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:
Second Provision of Passenger Transport Services in Herefordshire.
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: Herefordshire.

NUTS code UKG11

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
Number of participants to the framework agreement envisaged: 150

Duration of the framework agreement

Duration in years: 4
Justification for a framework agreement, the duration of which exceeds four years: Justification for a framework agreement, the duration of which exceeds 4 years: It is the Council's intention to establish a framework with as many providers appointed to it as possible. There is no maximum participants. It is the Councils intention to establish a portfolio of framework agreements,this framework being the second framework and each lasting for a period of up to 4 years. The Council will periodically establish additional frameworks or dynamic purchasing arrangements which will sit alongside the original framework which was awarded on 8.7.2014 and would capture any additional providers that missed the first tender exercise, and any new providers to the market. If your organisation was successful and accessed that framework you need not apply for this opportunity. If your organisation was unsuccessful in accessing the framework you can apply for this second framework.

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

Estimated value excluding VAT: 4 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Herefordshire Council are inviting providers of bus, coach, taxi and community transport to apply to join the second framework of operators, who will then be invited to tender for various mini-competitions over a 4 year period. The initial Framework was awarded on 8.7.2014. The framework will be for the provision of all types of passenger transport, including local bus services, education transport and social care transport. It is the Councils intention to establish a portfolio of framework agreements, each lasting for a period of up to 4 years. The Council will periodically establish additional frameworks or dynamic purchasing arrangements which will sit alongside the initial framework and would capture any additional providers that missed the first tender exercise, and any new providers to the market. If your organisation was successful and accessed that framework you need not apply for this opportunity. If your organisation was unsuccessful in accessing the framework you can apply for this second framework.
II.1.6)Common procurement vocabulary (CPV)

60000000, 60100000, 60112000, 60120000, 60130000, 60140000, 60170000, 60171000, 60172000

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:
Estimated value excluding VAT: 4 000 000 GBP
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
Starting 1.1.2015. Completion 31.12.2018

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:
Payment and the payment terms and conditions will be set out in the Contract Agreement and also the Payment mechanism.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority will consider bids from companies or from consortia/joint ventures. However, legal entities must be formed prior to contract award. The Council reserves 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 under takes joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The performance of the contract is subject to particular conditions: yes.
Description of particular conditions: The Provider will be required to actively participate in the economic and social regeneration of Herefordshire (as the place of primary delivery). This will include working with local communities to stimulate the local economy, developing supply chain opportunities, apprenticeships and training initiatives.
The Provider will also be required to meet environmental performance requirements and to this end, the contract will contain performance conditions that will relate to economic, social, community focused service delivery and environmental considerations.
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(6) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(2) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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: 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
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: 31.10.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
31.10.2014 - 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
Date: 16.10.2014 - 12:00

Place:

Via Electronic Tendering Portal Proactis Herefordshire Council.

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Council reserves the right not to proceed or not to award a contract for the whole or part of this proposed procurement. Neither the Council nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
Local Authorities (as defined in Regulation 3(2) to (5) of the Public Contracts Regulations 2006 (as amended)and their statutory successors and organisations created as a result of re-organisation or organisational changes).
The Invitation to Tender documents will be available in electronic format. Please follow the URL below to the Councils e-sourcing system Proactis to register your interest; access documents and submit a response to the ITT. Organisations wishing to participate in this procurement must first register their interest via this link.

https://tenders.herefordshire.gov.uk/SupplierPortal/

The Proactis support team can be contacted at [email protected] or via +44 1432261617(UK).

(MT Ref:140594)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Herefordshire Council
Plough Lane
HR4 0LE Hereford
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 1432260000
Internet address: https://www.herefordshire.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contacting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
15.9.2014