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