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

Conwy Valley Integrated Responsive Transport

  • First published: 10 July 2020
  • Last modified: 10 July 2020

Contents

Summary

OCID:
ocds-kuma6s-102782
Published by:
Conwy County Borough Council
Authority ID:
AA0389
Publication date:
10 July 2020
Deadline date:
13 August 2020
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Conwy County Borough Council CCBC) in partnership with Welsh Government (WG) and Transport for Wales (TfW) are intending to pilot an innovative solution to the provision of socially necessary transport services in an area of low population density. CPV: 60100000, 60100000, 60112000, 75200000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Conwy County Borough Council

Bodlondeb, Bangor Road

Conwy

LL32 8DU

UK

Contact person: Steph Smith

Telephone: +44 1492574000

E-mail: procurement@conwy.gov.uk

NUTS: UKL13

Internet address(es)

Main address: http://www.conwy.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=102782


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=102782


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

Conwy Valley Integrated Responsive Transport

Reference number: CCBC/PTR/IRT/2020

II.1.2) Main CPV code

60100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Conwy County Borough Council CCBC) in partnership with Welsh Government (WG) and Transport for Wales (TfW) are intending to pilot an innovative solution to the provision of socially necessary transport services in an area of low population density.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

60100000

60112000

75200000

II.2.3) Place of performance

NUTS code:

UKL13


Main site or place of performance:

Conwy Valley, Llanrwst

II.2.4) Description of the procurement

Conwy County Borough Council (CCBC) in partnership with Welsh Government (WG) and Transport for Wales (TfW) are intending to pilot an innovative solution to the provision of socially necessary transport services in an area of low population density.

The intention is to replace a number of registered local bus services with an integrated responsive transport (IRT) solution that will require journeys to be pre-booked.

The IRT service will be operated in the areas mainly based on the historic catchment area of the market town of Llanrwst. The areas will be split into five zones with the furthest point from Llanrwst being Corwen (26 miles).

Passengers who have booked to use the service can be picked up and dropped off at any recognised bus stop within the area of operation or can be picked up and set down at a virtual bus stop. Virtual bus stops would be identified as a safe stopping point at a location suitable for the bus to operate to, as close as possible to the passenger’s desired pick up point.

The service will be operated on demand between the hours of 07:00 and 19:00 on Mondays to Saturdays (excluding public holidays). The routes of journeys will operate dynamically, as demand from passengers will dictate the routes operated.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

possible 2 year extension subject to funding

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: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Full tender pack is available at: https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?

ID=102782

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:

Tenderers must have a current Operator Licence

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

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: 13/08/2020

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: 11/11/2020

IV.2.7) Conditions for opening of tenders

Date: 13/08/2020

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=102782.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:102782)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

UK

VI.5) Date of dispatch of this notice

08/07/2020

Coding

Commodity categories

ID Title Parent category
75200000 Provision of services to the community Administration, defence and social security services
60112000 Public road transport services Road transport services
60100000 Road transport services Transport services (excl. Waste transport)

Delivery locations

ID Description
1013 Conwy and Denbighshire

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:
10 July 2020
Deadline date:
13 August 2020 00:00
Notice type:
02 Contract Notice
Authority name:
Conwy County Borough Council
Publication date:
17 July 2020
Notice type:
14 Corrigendum
Authority name:
Conwy County Borough Council
Publication date:
26 April 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Conwy County Borough Council

About the buyer

Main contact:
procurement@conwy.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
14/07/2020 16:42
Award Criteria amendment
II.2.5) Award criteria should read:
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Weighting: 30
Price / Weighting: 70
15/07/2020 12:47
ADDED FILE: Amended Tender Document - 2020 07 15
Amended Tender Document-page 8, Section E, Questions E1-3 scoring descriptions have been amended.
11/08/2020 13:24
Insurance question and answer
Please be advised that there is an amended answer to the previous question as below:

18. In regards to vehicle insurance, what are the arrangements on this, would it be covered by the operator or the local authority?

The amended answer is - Vehicles will be covered by the operator as per the Draft Order Form page 3 and clause 34 of the TfW Terms and Conditions
"34.1 The Operator shall at its own cost effect and maintain with a reputable insurance company the Required Insurances with, as a minimum, the levels of cover specified in the Order Form."
“Required Insurances
(1) A policy of motor insurance which meets statutory requirements and which includes business use and use for hire and reward and unlimited third party cover.
(2) A public liability policy for not less than [£5,000,000 (five million pounds)
(3) An employer's liability policy for not less than [£5,000,000 (five million pounds)]”

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

zip
zip2.76 MB
This file may not be accessible.
docx
docx208.64 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.