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

0582 - Vehicle Leasing - Bus.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

University of Portsmouth
University House, Winston Churchill Avenue
Contact point(s): Purchasing Section
For the attention of: Douglas Fenton
PO1 2UP Portsmouth
UNITED KINGDOM
Telephone: +44 2392843172
E-mail:

Internet address(es):

General address of the contracting authority: www.port.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/port/

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
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
0582 - Vehicle Leasing - Bus.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Lease
Main site or location of works, place of delivery or of performance: In and around the University of Portsmouth estate.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The University of Portsmouth operates a bus service for staff, students and spouses between it campuses within the Portsmouth area.
Authorisation has been given to source a new fleet of vehicles for this provision through entering into a leasing agreement (with lease purchase options) with the successful applicant.
The University wishes to secure a lease agreement for initially three Double Deck vehicles, with an option to lease an additional Single Deck vehicle at a later date.
It is anticipated that the proposed Contract period will be for the duration of Five years and will commence in January 2015.
The proposed new vehicles are to be double deck, approximately 12 metres in length with low floor access (fully compliant with DDA) and would be capable in terms of a carrying capacity of approximately 90 passengers both seated and standing.
Pricing considerations will be given to both Full Maintenance and Non-Maintenance agreements.
Please note that this tender is open to all OEMs / Importing agent and leasing companies.
Applicants can either:
Apply as an OEM / Importing Agent and sub contract the leasing element / partner with a leasing company.
OR
Apply as an OEM / Importing Agent and prvide their own finance offering as part of the offer
OR
Apply as a leasing company and partner with an OEM / Importing Agent.
To Express an Interest in this project please register on the University of Portsmouth In-Tend webpage and express an interest in this project. Please find the weblink for our webpage below:

https://in-tendhost.co.uk/port/

II.1.6)Common procurement vocabulary (CPV)

34121000

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: no
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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

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 conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
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 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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
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:
RR/0582
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.6.2014
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
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
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 authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address in section I.1
If an appeal regarding the award of a contract has not been successfully resolved 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). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.5.2014

Other interesting websites