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
|
|
|
|

 |
|

 |
|

 |
|
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 authorityDynamic 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 contract2 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Rhondda Cynon Taf
UK |
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)
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 |
|
|
|
|
|
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 scopeas 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
|
 |
|
 |
|
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
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
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 participate60 |
|
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
|
|
|
|
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
|
 |
|
 |
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
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
3)
|
Quantity or scope
as per document
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|