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

:Tenders for the provision of local bus service L1 and TrawsCymru™ bus service T1.

Contract notice

Services

Section I: Contracting authority

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

Carmarthenshire County Council
Technical Services Department, Carmarthenshire County Council, Parc Myrddin
SA31 1HQ Carmarthen
UNITED KINGDOM

Further information can be obtained from: Internet address: http://www.etenderwales.bravosolution.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Internet address: http://www.etenderwales.bravosolution.co.uk

Tenders or requests to participate must be sent to: Internet address: http://www.etenderwales.bravosolution.co.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: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Tenders for the provision of local bus service L1 and TrawsCymru™ bus service T1.
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 place of performance: The County of Carmarthenshire and Ceredigionshire.

NUTS code UKL14

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)
Carmarthenshire County Council is seeking tenders for the operation of local bus service L1 between Llandysul and Carmarthen, and TrawsCymru™ service T1 which will operate between Carmarthen Rail Station and Aberystwyth, for the period 1.4.2012 for a maximum period of up to 8 years. There will be a possible extension for a period of 1 year, subject to agreement by both parties.
The T1 service forms a key part of the TrawsCymru™ network, which is funded and controlled by the Welsh Government. The contract will form a key part of a statutory quality partnership scheme which sets out the context for the service and the key quality standards expected of the service. The TrawsCymru™ services form a key part of the Welsh strategic national transport network, and as such will be provided with high quality services meeting key minimum service standards determined by the Welsh Government. This tender and the quality requirements for the service are based closely on the TrawsCymru™ network core brand values. The TrawsCymru™ service T1 forms part of a statutory quality partnership scheme, and the contract terms and conditions for the service are commensurate with the quality standards set out in the statutory quality partnership scheme.
The Welsh Government has appointed Carmarthenshire County Council to manage the contract for the TrawsCymru™ service on its behalf. The TrawsCymru™ service T1 is to be provided in accordance with the specification and terms and conditions of contract which are included in the invitation to tender document.
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: 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
Carmarthenshire County Council is seeking tenders for the operation of local bus service L1 between Llandysul and Carmarthen, and TrawsCymru™ service T1 which will operate between Carmarthen Rail Station and Aberystwyth, for the period 1.4.2012 for a maximum period of up to 8 years. There will be a possible extension for a period of 1 year, subject to agreement by both parties.
II.2.2)Information about options
Options: yes
Description of these options: There will be a possible extension for a period of 1 year, subject to agreement by both parties.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.4.2012. Completion 31.3.2020

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
For further information please see invitation to tender document.
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 group of suppliers winning the contract the Council will require each supplier in the group to become joint or severally responsible before acceptance.
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
Information and formalities necessary for evaluating if the requirements are met: For further information please see invitation to tender document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be required to provide evidence as specified in Article 47 and 48 of Directive 2004/18/EC.

http://eur-lex.europa.eu/LexUriServ/LexUriServ.do?uri=CELEX:32004L0018:EN:HTML.

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Candidates will be required to provide evidence as specified in Article 47 and 48 of Directive 2004/18/EC.

http://eur-lex.europa.eu/LexUriServ/LexUriServ.do?uri=CELEX:32004L0018:EN:HTML.

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
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
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
1308
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
21.11.2011 - 14:00
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
in days: 90 from the date stated for receipt of tender
IV.3.8)Conditions for opening tenders
Date: 21.11.2011 - 14:01
Persons authorised to be present at the opening of tenders yes
Officers of Carmarthenshire County Council.

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
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Wales Government Local Transport Subsidy Grant and Wales Government revenue support.
VI.3)Additional information
Instructions to suppliers:
To assist you in locating these opportunities on the BRAVO E Procurement System the project code is: project_21640.
As this is an open procedure, tenderers must ensure that all ITT questions are fully responded to. The following ITT project codes may further assist you in locating the opportunities:
ITT Code: itt_34209.
Please also ensure you check the "Attachments" area for any documents/ information which may assist you with your submission or you are required to upload as part of your submission as per information contained within the tender pack.
Suppliers instructions how to express interest in this tender:
1. Register your company on the etenderwales portal (this is only required once):

- Browse to the eSourcing portal: www.etenderwales.bravosolution.co.uk,

- Click the "Suppliers register here" link,
- Enter your correct business and user details,
- Note the username you chose and click "Save" when complete,
- You will shortly receive an email with your unique password (please keep this secure),
- Agree to the terms and conditions and click "continue".
2. Express an interest in the project:
- Login to the portal with the username/password,
- Click the "ITTs Open to All Suppliers" link (these are invitation to tender documents open to any registered supplier),
- Click on the relevant ITT to access the content,
- Click the "Express Interest" button at the top of the screen,
- This will move the ITT into your "My ITTs" page (this is a secure area reserved for your projects only),
- Click on the ITT code, you can now access any attachments by clicking the "Buyer Attachments" on the left hand side of the screen.
3. Responding to the tender:
- At the top of the screen you can choose to "Create Response" or "Decline to Respond" (please give a reason if declining),
- You can now use the "Messages" function on to communicate with the buyer and seek any clarification,
- Note the deadline for completion, then follow the onscreen instructions to complete the ITT,
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available).
If you require any further assistance use the online help, or the BravoSolution help desk is available Monday - Friday (8:00am - 6:00pm) on:

- Email: ,

- Phone: +44 8003684850/ fax: +44 2070800480.
Tenders or requests to participate must be sent to:
Official name:

www.etenderwales.bravosolution.co.uk.

Postal address:

Carmarthenshire County Council will be conducting this procurement exercise through the Value Wales e-Tendering portal. This can be found at www.etenderwales.bravosolution.co.uk, all information may be downloaded and returned though this channel.

Support available / how to tender workshop:
Support in completing the tender process can be provided by the supplier development service (delivered by The Chamber for Business and Social Action on behalf of the Welsh Government) and can be accessed free of charge.
A "How to Tender Workshop" will be held for all interested parties on Tuesday 25.10.2011 at:
The Ivy Bush Hotel, Carmarthen.

For further information & to register your interest, please contact Helen Evans on +44 1554779914 or email who will be happy to help you in preparing your bid.

Buy4Wales reference number: 27606.
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: This 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 peirod, which will be for a minimum of 10 calender days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2006 (SI 2006 No5) 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:
10.10.2011