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

Framework agreement for provision of small vehicle passenger transport services.

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
Contact point(s): Governance Service
For the attention of: Governance Manager
FK10 2AD Alloa
UNITED KINGDOM
Telephone: +44 1259450000

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: 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:
Framework agreement for provision of small vehicle passenger transport services.
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: Throughout Clackmannanshire and between Clackmannanshire and individual locations outwith the council area.

NUTS code UKM22

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: 30

Duration of the framework agreement

Duration in years: 4

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

Estimated value excluding VAT: 2 154 760 GBP
Frequency and value of the contracts to be awarded: From time to time as required.
II.1.5)Short description of the contract or purchase(s)
The aim of the service is to provide safe, sensitive, reliable and environmentally friendly transport for Clackmannanshire Council service users:
- Safe: The safety of each service user in the Supplier's care is the most important element. It should be evident in every aspect of the service including staff employment, training, processes, vehicle procurement and vehicle maintenance;
- Sensitive: The Supplier and his or her staff should understand the needs of the service user groups and treat them appropriately. Supplier staff turnover and variations in schedules should be minimised to relieve or prevent anxiety among vulnerable service users;
- Reliable: Vehicles must arrive at the right location and on time, every time;
- Environmentally friendly: Clackmannanshire Council is committed to reducing the impact on our environment associated with vehicle operations across the Council area.
Some passengers are likely to be vulnerable and may have a severe learning disability, behavioural problems, sensory or hearing difficulties or another physical disability. The ability to provide drivers who are sensitive to the needs of the passengers and are appropriately trained will be essential for some journeys. A clear and demostrable undertanding of Child Protection and Data Protection are essential in this contract.

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=266825

The awarding authority has indicated that it will accept electronic responses to this notice via a 'Tender Submission Postbox' facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=266825

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
II.1.6)Common procurement vocabulary (CPV)

60130000

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Once the Framework Agreement has been formed, contracts will be awarded following completion of a mini-competition process. The total value of contracts will be in the region of 538 690 GBP per annum.
Estimated value excluding VAT: 2 154 760 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 21.10.2013. Completion 31.7.2017

Information about lots

Lot No: 1 Lot title: Category A work: low level of vehicle/staff specialisation required
1)Short description
Vehicles do not have to be wheelchair-accessible and will not be required to carry specialised items such as medication and/or special equipment. An Escort will not normally be carried.
2)Common procurement vocabulary (CPV)

60000000

3)Quantity or scope
As per Tender requirements.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Category B work: high level of vehicle/staff specialisation required
1)Short description
Vehicles may have to be wheelchair accessible and may be required to carry specialised items such as medication and/or special equipment. An Escort will often be carried and the Driver will need to aware of individual Client needs.
2)Common procurement vocabulary (CPV)

60000000

3)Quantity or scope
As per Tender requirements.
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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a consortium bid, contracts will normally be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute the contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Before being awarded a contract under the Framework Agreement, an applicant must hold a PSV Operator's Licence or a Private Hire Car Operator's Licence, or a Taxi Operator's Licence or a Section 19 Minibus Permit or a Section 22 Community Bus Permit. Applicants not holding any of the above types of licence may be accepted into the Framework Agreement, but will not be awarded any contract until they are in possession of the appropriate licence or permit. The Contractor shall supply a list of names together with Driving Licence numbers and current Enhanced Disclosure Scotland/Protecting Vulnerable Groups details of all employees to be engaged in the provision of the Service. The Contractor shall keep this list up-to-date and supply updated copies to the Council whenever the list changes. For each Enhanced Disclosure Scotland/PVG application, a cost will be incurred. This cost will be payable by the applicant or the applicant's employer. The Contractor shall ensure that each employee provides an Enhanced Disclosure Scotland/PVG certificate for scrutiny and approval by the Council, prior to being engaged on ‘regulated work' in the provision of the service.
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 a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(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 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;
(3) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(5) 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.
(6) 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
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Before being awarded a contract under the Framework Agreement, an applicant must hold a PSV Operator's Licence or a Private Hire Car Operator's Licence, or a Taxi Operator's Licence or a Section 19 Minibus Permit or a Section 22 Community Bus Permit. Applicants not holding any of the above types of licence may be accepted into the Framework Agreement, but will not be awarded any contract until they are in possession of the appropriate licence or permit.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 30
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:
2/6/1216
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: 1.7.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
8.7.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
19.8.2013
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: As requirements for this type of transport change frequently and many contracts under the Framework Agreement will be of short life, contracts will be awarded, following a mini-competition process, throughout the life of the Framework Agreement. It is also likely that a further Framework Agreement will be formed in 2017 to start immediately following expiry of this Framework Agreement.
VI.2)Information about European Union funds
VI.3)Additional information
Please note that acceptance into the Framework Agreement is not a guarantee of business.
(SC Ref:266825)
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 1st May 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 1st May 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:
31.5.2013