CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Denbighshire County Council |
Caledfryn, Smithfield Road |
Denbigh |
LL16 3RJ |
UK |
Angharad Owens |
+44 01824706996 |
angharad.owens@denbighshire.gov.uk |
|
denbighshire.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0280
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityDenbighshire Local Bus Service Tenders 20016 |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract2 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Denbighshire and adjacenent counties (also Cheshire)
UKL13 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Local Bus Services
1/X1/2 Ruthin - Mold (- Chester)
66 Denbigh Town Services/Denbigh - Henllan (- Llannefydd)
76 Denbigh - Ruthin - Graigfechan
55 Denbigh - Ruthin - Corwen (- Llangollen)
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=35457
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
60000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeRequired 7 fully accessible & compliant local buses on 4 local bus routes. Buses operate for circa 12 hours per day, Mondays to Saturdays (not bank holidays). |
|
2100000 GBP |
II.2.2)
|
OptionsContracts will initially be for three years with an option to extend for a further two. |
|
Provisional timetable for recourse to these options36 |
|
Number of possible renewals1 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
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 Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Payment one month in arrears
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
DCC's General Conditions of Contract for Passenger Transport Services
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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 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.
|
III.2.2)
|
Economic and financial capacity
|
III.2.3)
|
Technical capacity
(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;
Potential suppliers will need to answer the quality questionnaires
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? Yes
Bus/coach operators duly licensed in accordance with the required regulations |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
Yes
|
|
|
|
Price |
75 |
|
Quality (as shown in the invitation to tender) |
25 |
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
DCC Local Bus 2016
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 19-11-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 6
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
19-11-2015
09:00 Denbighshire
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
All Tender’s should note that for any procurement exercise undertaken under the EU Procurement Regulations then the Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision is communicated to tenderers. The standstill period is expected to end at midnight at the end of the 10th calendar day after the day on which any notice is sent by electronic means to all relevant economic operators, or at midnight at the end of the 15th day after the date on which the notice is sent by any other means. This period is to allow economic operators to query the information provided and/or to challenge any decision made. No award may be made until the standstill period has expired. This is in accordance with the Remedies Directive 2009 - The Public Contracts (Amendment) Regulations 2009 (SI 2009 No 2992).
The award decision notice will specify the criteria for the award of the contract/framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender, and will specify when the stand still period is expected to end or the date before which the contracting authority will not conclude the contract/framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly (generally within 3 months).
The court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If a framework agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
(WA Ref:35457)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 22-10-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Denbighshire County Council |
Caledfryn, Smithfield Road |
Denbigh |
LL16 3RJ |
UK |
Angharad Owens |
+44 1824706996 |
angharad.owens@denbighshire.gov.uk |
|
denbighshire.gov.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Denbighshire County Council |
Caledfryn, Smithfield Road |
Denbigh |
LL16 3RJ |
UK |
Angharad Owens |
+44 1824706996 |
angharad.owens@denbighshire.gov.uk |
|
denbighshire.gov.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Denbighshire County Council |
Caledfryn, Smithfield Road |
Denbigh |
LL16 3RJ |
UK |
|
+44 1824712677 |
|
|
denbighshire.gov.uk |
|
|
ANNEX B
Information About Lots
|
1
Local Bus Services |
1)
|
Short Description
Services 1/X1/2 Ruthin - Mold (- Chester) (2 vehicles)
Service 66 Denbigh Town Services/Denbigh - Henllan (- Llannefydd)(1 vehicle)
Service 76 Denbigh - Ruthin - Graigfechan (two vehicles)
Service 55 Denbigh - Ruthin - Corwen (- Llangollen) (two vehicles)
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
60100000 |
|
|
|
|
|
3)
|
Quantity or scope
Each vehicle is tendered as a separate local bus working
1260000
GBP.
|
4)
|
Indication about different contract dates36 |
5)
|
Additional Information about lots
3 year contracts offered for each, with optional extension of 2 further years
|
|