By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Bus Procurement Framework

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Bath and North East Somerset Council
1st Floor, Riverside, Temple Street, Keynsham
For the attention of: Jim Brennan
BS31 1LA Bristol
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.bathnes.gov.uk/

Address of the buyer profile: https://cirrus-tenders.co.uk/Home.aspx?Link=[a94cff97-203b-48bc-837f-24b632b12146]&ClientStyle;=1
Electronic access to information: https://cirrus-tenders.co.uk/Home.aspx?Link=[a94cff97-203b-48bc-837f-24b632b12146]&ClientStyle;=1
Electronic submission of tenders and requests to participate: https://cirrus-tenders.co.uk/Home.aspx?Link=[a94cff97-203b-48bc-837f-24b632b12146]&ClientStyle;=1

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The 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:
Bus Procurement Framework
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Bath and North East Somerset and for other contracting authorities across the entire UK.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 40

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 50 000 000 and 75 000 000 GBP
II.1.5)Short description of the contract or purchase(s)

The tender can only be completed online via www.cirrustenders.co.uk

Bath and North East Somerset Council ("the Council”) invites tenders for the supply of minibuses, accessible welfare buses, passenger transport buses and coaches under a 48 month framework agreement (‘the Agreement'). The Agreement will be used by the Council and may also be utilised by all other Local Authorities located in the United Kingdom. Lists of contracting authorities this framework is accessible by are provided within the additional information section of this contract notice and in the online tender documentation.
The initial requirement under the Agreement will be for the Council who require 20 vehicles for delivery over the period of the Agreement. It is anticipated that the combined requirement from all eligible organisations (Authorities) accessing the Agreement will result in between 200 and 1,000 vehicles being procured during the life of the Agreement. It is envisaged that an absolute maximum of 40 economic operators will be awarded a position on this Framework Agreement split across the lots on the following basis:
Lot 1 - 10
Lot 2 - 15
Lot 3 - 5
Lot 4 - 5
Lot 5 - 5
The estimated value of the Vehicle builds that will be supplied using the Agreement during the 48 month period, is GBP 75 million excluding VAT. This estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful suppliers participating in the resulting framework agreement.
II.1.6)Common procurement vocabulary (CPV)

34120000, 34115200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated value of the Vehicle builds that will be supplied using the Agreement during the 48 month period, is GBP 75 million excluding VAT. This estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful suppliers participating in the resulting framework agreement.
Estimated value excluding VAT:
Range: between 50 000 000 and 75 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: 5 to 12 seat minibuses or people movers
1)Short description
5 to 12 seat minibuses or people movers including the option of accessible welfare conversion. Maximum number of suppliers to be awarded a position in this lot is 10.
2)Common procurement vocabulary (CPV)

34115200, 34114400, 34120000

3)Quantity or scope
Estimated expenditure for this lot is no guarantee of value of contracts that will be awarded under this framework.
Estimated value excluding VAT:
Range: between 10 000 000 and 15 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: 12 to 17 seat minibuses
1)Short description
12 to 17 seat minibuses standard factory supply including the option of accessible welfare conversion. Maximum number of suppliers to be awarded a position in this lot is 15.
2)Common procurement vocabulary (CPV)

34114400, 34120000

3)Quantity or scope
Estimated expenditure for this lot is no guarantee of value of contracts that will be awarded under this framework.
Estimated value excluding VAT:
Range: between 20 000 000 and 30 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: 17 to 28 seat minibuses
1)Short description
17 to 28 seat minibus/coach/bus with the option for accessible welfare bus conversion. Maximum number of suppliers to be awarded a position in this lot is 5.
2)Common procurement vocabulary (CPV)

34120000, 34114400

3)Quantity or scope
Estimated expenditure for this lot is no guarantee of value of contracts that will be awarded under this framework.
Estimated value excluding VAT:
Range: between 7 500 000 and 11 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: 28 to 36 seat bus or coach
1)Short description
28 to 36 seat bus or coach with the option of accessible welfare conversion. Maximum number of suppliers to be awarded a position in this lot is 5.
2)Common procurement vocabulary (CPV)

34120000, 34121000

3)Quantity or scope
Estimated expenditure for this lot is no guarantee of value of contracts that will be awarded under this framework.
Estimated value excluding VAT:
Range: between 7 500 000 and 11 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: 36 to 63 seats 8.9 metres to 15 metres
1)Short description
8.9 metres to 15 metres 36 to 63 seat coach fully DDA approved to include double decked and articulated buses with the option to include welfare conversion. Maximum number of suppliers to be awarded a position in this lot is 5.
2)Common procurement vocabulary (CPV)

34120000, 34121000, 34121200, 34121300

3)Quantity or scope
Estimated expenditure for this lot is no guarantee of value of contracts that will be awarded under this framework.
Estimated value excluding VAT:
Range: between 5 000 000 and 7 500 000 GBP
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:
As per tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and severable liability in any group bid.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who has been convicted of:
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA(c);
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e), where the offence relates to active corruption;
(c) the offence of bribery, where the offence relates to active corruption;
(ca) bribery within the meaning of section 1 or 6 of the Bribery Act 2010(f);
(d) fraud, where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(g), within the meaning of-
(i) the offence of cheating the Revenue;
(ii) the offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(h), the Theft Act (Northern Ireland) 1969(i), the Theft Act 1978(j) or the Theft (Northern Ireland) Order 1978(k);
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(a), article 451 of the Companies (Northern Ireland) Order 1986(b) or section 993 of the Companies Act 2006(c);
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(d) or section 72 of the Value Added Tax Act 1994(e);
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(f);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(g) or section 19 of the Theft Act (Northern Ireland) 1969(h);
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(i); or (ix) making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of the Fraud Act 2006;
(e) money laundering within the meaning of section 340(11) of the Proceeds of Crime Act 2002(j);
(ea) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(k) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(l);
(eb) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(m); or
(f) any other offence within the meaning of Article 45(1) of the Public Sector Directive as defined by the national law of any relevant State.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
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 criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.4.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.4.2013 - 17:00
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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Approximately 48 months from the date of this contract notice.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Bath and North East Somerset Council ("the Council”) invites tenders for the supply of minibuses, accessible welfare buses, passenger transport buses and coaches under a 48 month framework agreement (‘the Agreement'). The Agreement will be used by the Council and may also be utilised by all other Local Authorities located in the United Kingdom, lists of which can be found at:

http://en.wikipedia.org/wiki/Local_government_in_England

http://en.wikipedia.org/wiki/Local_government_in_Wales

http://en.wikipedia.org/wiki/Local_government_in_Scotland

http://en.wikipedia.org/wiki/Local_government_in_Northern_Ireland

This link provides an opportunity to search for local authorities in England, with further links to search for local authorities in Wales, Scotland and Northern Ireland:

http://local.direct.gov.uk/LDGRedirect/Start.do?mode=1

The Agreement may also be used by all contracting authorities (as defined by Regulation 3 of the UK statutory instrument Public Contracts Regulations 2006/5), including but not limited to the following definable groups of contracting authorities:

http://www.education.gov.uk/edubase/search.xhtml?page

http://www.schoolswebdirectory.co.uk/stats.php

http://en.wikipedia.org/wiki/List_of_universities_in_the_United_Kingdom#universities_alphabetically http://en.wikipedia.org/wiki/List_of_law_enforcement_agencies_in_the_United_Kingdom

http://www.charity-commission.gov.uk/showcharity/registerofcharities/registerhomepage.aspx?&=&

http://www.accessplace.com/housing-association

http://www.wales.gov.uk/?lang=en

http://www.llgc.org.uk/

http://www.northernireland.gov.uk/az2.htm

http://www.police-information.co.uk/police-directory/index.php?cat=6&subcat;=29

http://www.fireservice.co.uk/information/ukfrs

http://www.citizensadvice.org.uk/index/about/citizens_advice_offices.htm

http://www.sporta.org/index.php?option=com_content&view;=categories&id;=14&Itemid;=140

http://www.pbni.org.uk

http://www.scotcourts.gov.uk/locations/index.asp

http://home.scotland.gov.uk/home

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

http://www.show.scot.nhs.uk/organisations/index.aspx

http://www.wales.nhs.uk/ourservices/directory

http://www.nhs.uk/ServiceDirectories/Pages/PrimaryCareTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/StrategicHealthAuthorityListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx

http://www.monitor-nhsft.gov.uk/about-nhs-foundation-trusts/nhs-foundation-trust-directory?letter=AllFT

The Agreement is also available to all current and future members of the Procurement Partnership Limited's (TPPL) buying club. A list of members of TPPL can be obtained from www.tppl.co.uk/cars_lcvs/clients.htm. Sector Treasury Services Ltd (Sector), a major provider of advisory services to the UK Public sector, intends to use this framework to enable its clients to procure vehicles on the basis of a contract hire facility. Sector will provide details of the framework agreement and market the framework to its clients.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework is communicated to tenderers. Appeals can directly raised with the Council via the contact points detailed in section I.1 of this contract notice.
If an appeal regarding the award of the framework has not successfully been resolved between the tenderer and Council then the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.2.2013

Other interesting websites