Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cyngor Gwynedd
Uned Integredig Cludiant, Swyddfeydd y Cyngor, Stryd y Jel / Council Offices, Shirehall Street
Caernarfon
LL55 1SH
UK
Contact person: Julie Evans Davies
E-mail: TimRheoliCategoriCorfforaethol@gwynedd.llyw.cymru
NUTS: UKL12
Internet address(es)
Main address: www.gwynedd.llyw.cymru
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0361
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Sherpa Network
Reference number: 1
II.1.2) Main CPV code
60112000
II.1.3) Type of contract
Services
II.1.4) Short description
This proposal is to develop the successful Sherpa’r Wyddfa network.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Mix of any contracts
II.2) Description
Lot No: 1
II.2.1) Title
S1 Caernarfon – Betws y Coed via Llanberis
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKL12
II.2.4) Description of the procurement
This proposal is to develop the successful Sherpa’r Wyddfa network. Bids are sought for the following routes:
S1 Caernarfon – Betws y Coed via Llanberis
II.2.5) Award criteria
Criteria below:
Price
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2023
End:
31/03/2028
This contract is subject to renewal: Yes
Description of renewals:
2 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
De-minimus variations may be applicable during the life of the contracts
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
S2 Bangor – Pen-y-Pass drwy Lanberis
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKL12
II.2.4) Description of the procurement
S2 Bangor – Pen-y-Pass drwy Lanberis
II.2.5) Award criteria
Criteria below:
Price
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2023
End:
31/03/2028
This contract is subject to renewal: Yes
Description of renewals:
2 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
De-minimus variations may apply to this contract
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
S3 Beddgelert – Bangor / Dinorwig trwy Gaernarfon
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKL12
II.2.4) Description of the procurement
S3 Beddgelert – Bangor / Dinorwig trwy Gaernarfon
II.2.5) Award criteria
Criteria below:
Price
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2023
End:
31/03/2028
This contract is subject to renewal: Yes
Description of renewals:
2 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
De-minimus variations may apply during the life of the contract
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
S4 Pen-y-Pass – Porthmadog trwy Feddgelert
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKL12
II.2.4) Description of the procurement
S4 Pen-y-Pass – Porthmadog trwy Feddgelert
II.2.5) Award criteria
Criteria below:
Price
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2023
End:
31/03/2028
This contract is subject to renewal: Yes
Description of renewals:
2 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
De-minimus variations may be applicable during the life of the contract
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
S5 Llanberis – Pen-y-Pass
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKL12
II.2.4) Description of the procurement
S5 Llanberis – Pen-y-Pass
II.2.5) Award criteria
Criteria below:
Price
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2023
End:
31/03/2028
This contract is subject to renewal: Yes
Description of renewals:
2 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
de-minimus variations may be applicable during the life of the contract
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Experience running a similar contract, PSV licence required.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per tendering documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/01/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
31/03/2023
IV.2.7) Conditions for opening of tenders
Date:
27/01/2023
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
submissions in welsh or english will be treated equally
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.wales/search/search_switch.aspx?ID=127744
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Procurement is a key driver for delivering the Council’s Sustainable development commitments as well as supporting its strategic project ‘Keeping the benefit local’. The organisation’s commitment to deliver ‘community benefit’ outcomes from
our procurement activity is designed to ensure that wider social and economic issues are taken into account when spending public money.
The Council will be treating this question on a non-core basis i.e. it will not form part of the evaluation process. However, it will be a requirement of the contract that whatever is put forward as a response is fulfilled by the successful contractor and the Council will monitor progress on an annual basis.
(WA Ref:127744)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
22/12/2022