Provision of Demand Responsive Transport in the Muckhart Area.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Clackmannanshire Council
Greenfield House, Mar Street
For the attention of: Derek Barr
FK10 2AD Alloa
UNITED KINGDOM
Telephone: +44 1259450000
Fax: +44 1259452230

Internet address(es):

General address of the contracting authority: http://www.clacksweb.org.uk/

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00260

Further information can be obtained from: Clackmannanshire Council
Bus Station, Goosecroft Road
Contact point(s): Public Transport Team
For the attention of: Dorothy Walker
FK8 1PF Stirling
UNITED KINGDOM
Telephone: +44 1786442738
E-mail:
Fax: +44 1786442631
Internet address: http://www.clacksweb.org.uk/

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: Clackmannanshire Council
Greenfield House, Mar Street
For the attention of: Governance Manager
FK10 2AD Alloa
UNITED KINGDOM
Telephone: +44 1259450000
Fax: +44 1259452230
Internet address: http://www.clacksweb.org.uk/

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:
Provision of Demand Responsive Transport in the Muckhart Area.
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: Clackmannanshire.

NUTS code UKM22

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)
Clackmannanshire Council invite tenders for Provision of a Demand Responsive Transport (DRT) Service in the Muckhart area from taxi/private hire car or bus operators who are in possession of, or who have applied for, a Public Service Vehicle Operator’s Licence (which may be a 'Special Restricted' PSV Operator's Licence).

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=237592.

II.1.6)Common procurement vocabulary (CPV)

60112000

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:
At least one taxi, private hire car or bus to be available to undertake pre-booked journeys within the Muckhart Demand Responsive Transport Scheme Area defined in the Tender Documents.
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 1.4.2013. Completion 25.3.2018

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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Tenderers will require to be a legal entity recognised by Scots law. There is no preferred form of economic operator but each individual in any group is to be jointly and severally liable for the contract. In the event of an associated group of companies being successful, the Council will require each company to be jointly and severally liable for the satisfactory performance of the contract. This assurance will be required in writing before any contract can be awarded to such a group.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Supplier must be in possession of, or have applied for, a PSV Operator's Licence authorising the Supplier to operate local bus and demand responsive transport services within the United Kingdom. This may be a 'Special Restricted' PSV Licence, which is available to licenced taxi and private hire car operators.
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) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) 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.
(9) 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 statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(2) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(4) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(5) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
Supplier must be in possession of, or have applied for, a PSV Operator's Licence authorising the Supplier to operate local bus and demand responsive transport services within the United Kingdom. This may be a 'Special Restricted' PSV Licence, which is available to licenced taxi and private hire car operators.
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: yes
Reference to the relevant law, regulation or administrative provision: Supplier must be in possession of, or have applied for, a PSV Operator's Licence authorising the Supplier to operate local bus and demand responsive transport services within the United Kingdom. This may be a 'Special Restricted' PSV Licence, which is available to licenced taxi and private hire car operators.
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:
2/6/1143
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: 20.11.2012
IV.3.4)Time limit for receipt of tenders or requests to participate
26.11.2012 - 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: 4 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 26.11.2012 - 12:00

Place:

Greenfield, Alloa FK10 2AD.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: If successful, the Service will be retendered in 5 years' time.
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:237592).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Council reserves the right to cancel the tender process at any point. The Council is not liable for any costs resulting from any cancellation of this tender process, nor for any other costs incurred by those tendering for this Contract. In the event that proceedings are brought against Clackmannanshire Council under regulation 47 of the Public Contracts (Scotland) Regulations 2012 (SSI 2012 No 88) and the Utilities Contracts (Scotland) Regulations 2012 (SSI 2012 No 89), as amended, which came into force on 1.5.2012, the Council reserve the right to suspend the contract until such time as the proceedings are finally determined or to terminate the contract on immediate written notice to the Service Provider without any penalty or damages due to the Council. ITT's must be completed in the English language. Tenderers are deemed to understand fully the processes that the Council is required to follow under relevant European and UK legislation, particularly in relation to Public Contracts (Scotland) Regulations 2012(SSI 2012 No 88) and the Utilities Contracts (Scotland) Regulations 2012 (SSI 2012 No 89), as amended, which came into force on 1.5.2012. Clackmannanshire Council will incorporate a minimum of 15 calendar day standstill period at the point of information on the award of the contract is communicated to candidates. Unsuccessful candidates may request a summary of reasons as to why their bid was unsuccessful. Such information can be obtained from the address specified in the contract notice.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
27.9.2012