Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Dynamic Purchasing System (DPS) for Passenger Transport Services (Excluding Local Bus Services)

  • First published: 18 January 2016
  • Last modified: 06 July 2021
  • This file may not be fully accessible.

  •  

You are viewing an expired notice.

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-039735
Published by:
Rhondda Cynon Taf CBC
Authority ID:
AA0276
Publication date:
18 January 2016
Deadline date:
05 July 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Rhondda Cynon Taf County Borough Council wishes to establish a Dynamic Purchasing System (DPS) for the provision of high quality and cost effective transport for the requirements of the Integrated Transport Unit. The requirements will cover bus, taxi, minibus and wheelchair accessible vehicles. The DOS will cover the services provided by the Integrated Transport Unit, but also makes provision to be utilised by any other departments within the Council. The nature of the DPS is to provide transport routes via a broad range of appropriate vehicles. Wheelchair accessible vehicles will form part of the requirement. Service Providers are not necesarily expected to have the full range of vehicles stated but will be asked to confirm the numbers and types of vehicles they have available. The DPS will be structured into 4 separate lots as detailed below. Full details can be found in the Memorandum of Understanding Lot 1 - 4-8 seat vehicles Lot 2 - 9-16 seat vehicles Lot 3 - 16+ seat vehicles Lot 4 - Wheelchair accessible vehicles. NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=26370. the period of validity of the DPS is 5 years from 1 May 2016 - 30 April 2021, RCTCBC reserves the right to extend the DPS validity for further periods. CPV: 60000000, 60100000, 60130000, 60140000, 60170000, 60172000, 34114400, 34121000, 60120000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Rhondda Cynon Taf CBC

The Pavilions, Clydach Vale

Tonypandy

CF40 2XX

UK

Lynette Lewis

+44 1443680681



http://www.rctcbc.gov.uk/

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0276

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Dynamic Purchasing System (DPS) for Passenger Transport Services (Excluding Local Bus Services)

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

2

II.1.2)

Main site or location of works, place of delivery or performance

Rhondda Cynon Taf



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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)

Rhondda Cynon Taf County Borough Council wishes to establish a Dynamic Purchasing System (DPS) for the provision of high quality and cost effective transport for the requirements of the Integrated Transport Unit. The requirements will cover bus, taxi, minibus and wheelchair accessible vehicles. The DOS will cover the services provided by the Integrated Transport Unit, but also makes provision to be utilised by any other departments within the Council. The nature of the DPS is to provide transport routes via a broad range of appropriate vehicles. Wheelchair accessible vehicles will form part of the requirement. Service Providers are not necesarily expected to have the full range of vehicles stated but will be asked to confirm the numbers and types of vehicles they have available. The DPS will be structured into 4 separate lots as detailed below. Full details can be found in the Memorandum of Understanding

Lot 1 - 4-8 seat vehicles

Lot 2 - 9-16 seat vehicles

Lot 3 - 16+ seat vehicles

Lot 4 - Wheelchair accessible vehicles.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=26370.

the period of validity of the DPS is 5 years from 1 May 2016 - 30 April 2021, RCTCBC reserves the right to extend the DPS validity for further periods.

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=39735

II.1.6)

Common Procurement Vocabulary (CPV)

60000000
60100000
60130000
60140000
60170000
60172000
34114400
34121000
60120000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

as per document

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

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

not applicable

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

as per document

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

joint and several liability

III.1.4)

Other particular conditions to which the performance of the contract is subject

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) 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 capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.




III.2.3)

Technical capacity


(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years

(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) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

appropriate licences as required




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

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?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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

60

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

Yes

Electronic auctions may be used for some routes at the discretion of the Integrated Transport Unit. Details of the Auction will be sent out at time of tender of the individual route

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

RCT/BS/R435/15

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


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

 26-02-2016  16:30

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 02-05-2016

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





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

Providers who fail to successfully meet the award criteria of the selection criteria, will have further opportunities to re-submit their offer during the period of validity of the DPS. Providers will not be requested to submit any costs at this stage of the process. Once the Council has completed its initial evaluations the DPS will be re-opened and any unsuccessful tenderers and new entrants may once again express their interest.

(WA Ref:39735)

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

 18-01-2016

ANNEX B

Information About Lots

1     4 - 8 seats

1)

Short Description

vehicles with between 4 and 8 seats

2)

Common Procurement Vocabulary (CPV)

60120000
60130000
60170000
60000000
60100000
34115200

3)

Quantity or scope

as per document


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     9 - 16 seats

1)

Short Description

Vehicles with between 9 and 16 seats

2)

Common Procurement Vocabulary (CPV)

60120000
34114400
60000000
60100000
60130000
60170000
34120000
34115200

3)

Quantity or scope

as per document


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     16+ seats

1)

Short Description

vehicles with more than 16 seats

2)

Common Procurement Vocabulary (CPV)

60172000
34121000
60000000
60100000
60140000
60170000
34120000

3)

Quantity or scope

as per document


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Wheelchair accessbile vehicles

1)

Short Description

provision of wheelchair accessible vehicles

2)

Common Procurement Vocabulary (CPV)

60100000
60130000
60140000

3)

Quantity or scope

as per document


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
34121000 Buses and coaches Motor vehicles for the transport of 10 or more persons
60172000 Hire of buses and coaches with driver Hire of passenger transport vehicles with driver
60170000 Hire of passenger transport vehicles with driver Road transport services
34114400 Minibuses Specialist vehicles
60140000 Non-scheduled passenger transport Road transport services
60100000 Road transport services Transport services (excl. Waste transport)
60130000 Special-purpose road passenger-transport services Road transport services
60120000 Taxi services Road transport services
60000000 Transport services (excl. Waste transport) Transport and Related Services

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
18 January 2016
Deadline date:
05 July 2021 00:00
Notice type:
Contract Notice
Authority name:
Rhondda Cynon Taf CBC
Publication date:
06 July 2021
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
Rhondda Cynon Taf CBC

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
06/07/2021 09:17
Notice Cancelled
This notice has been cancelled. The original deadline date of 26/02/2016 is no longer applicable.

This notice was from the initial period of a dynamic purchasing system (DPS). The DPS is still live and has a new notice - APR132970. Deadline date 30th April 2022.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.