Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Devon County Council
EEC Transport Co-Ordination Service, County Hall, Room M18, Matford Lane Offices
For the attention of: Paul Kirby
EX2 4QW Exeter
UNITED KINGDOM
Telephone: +44 1392382121
E-mail:
Internet address(es):
General address of the contracting authority: www.devon.gov.uk
Address of the buyer profile: www.devontenders.gov.uk
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:CP718-11 Provision of Passenger Transport
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
Main site or location of works, place of delivery or of performance: Within the geographical area of Devon
NUTS code UKK4
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the setting up of a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)The Authority invites you to tender for the provision of passenger transport. This dynamic purchasing system acts as a gateway for you to become an approved supplier to the Authority.
The ITT has been divided into five Lots:
Lot 1 - Passenger Carrying Vehicles Contracted Transport (9 passenger seats and over). Total value of work for Lot 1: £00,400,703
Lot 2 - Taxi and Wheelchair Accessible Contracted Transport (8 passenger seats and under. Total value of work for Lot 2: £7,670,440
Lot 3 - Driver Provision for fleet vehicles. Total value of work for Lot 3: £1,332,730
Lot 4 - Escort Provision. Total value of work for Lot 4: £386,730
Lot 5 - Public Transport. Total value of work for Lot 5: £6,212,730
Total values of work relate to the period April 2010 to March 2011. This may vary in future years due to the changing financial climate, changes within the demographic profile and needs within the County.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Lot 1 - Passenger Carrying Vehicles Contracted Transport (9 passenger seats and over). T
Lot 2 - Taxi and Wheelchair Accessible Contracted Transport (8 passenger seats and under.
Lot 3 - Driver Provision for fleet vehicles.
Lot 4 - Escort Provision.
Lot 5 - Public Transport.
Estimated value excluding VAT: 100 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Passenger Carrying Vehicles Contracted Transport (9 passenger seats & above)1)Short descriptionThis lot covers contracted transport for passenger carrying vehicles with 9 passenger seats or over within the geographical area of Devon.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Taxi & Wheelchair Accessible Contracted Transport (8 passenger seats & under)1)Short descriptionThis lot covers contracted transport for passenger carrying vehicles with 8 passenger seats or under within the geographical area of Devon.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Driver Provision for fleet vehicles1)Short descriptionThis lot is for Driver Provision for fleet vehicles within the geographical area of Devon.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Escort Provision1)Short descriptionThis lot covers escort provision within the geographical area of Devon
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Public Transport1)Short descriptionThis lot covers public transport within the geographical area of Devon
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Qualitative. Weighting 100
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:CP718-11
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 31.3.2013 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate31.3.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: Notices will be issued every quarter with regard passenger transport opportunities under this Dynamic Purchasing System
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationThe Dynamic Purchasing System (DPS) will initially be for 24 months as from 2nd April 2012 with the option to extend up to a maximum of a further 24 months
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.12.2012