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.

02 Contract Notice

Sherpa Network

  • First published: 22 December 2022
  • Last modified: 22 December 2022
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.
Information icon

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-127744
Published by:
Cyngor Gwynedd
Authority ID:
AA0361
Publication date:
22 December 2022
Deadline date:
27 January 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This proposal is to develop the successful Sherpa’r Wyddfa network. CPV: 60112000, 60112000, 60112000, 60112000, 60112000, 60112000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
60112000 Public road transport services Road transport services

Delivery locations

ID Description
1012 Gwynedd

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.

About the buyer

Main contact:
TimRheoliCategoriCorfforaethol@gwynedd.llyw.cymru
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.