Pam Grainger has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Passenger and Transport Services |
Notice type: | Contract Notice |
Authority: | Pam Grainger |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Leicester City Council (Passenger and Transport Services – P.A.T.S) is inviting tenders for the provision of passenger transport services for vulnerable adults and elderly people, children with special educational needs and other groups of young people. A framework of suitable taxi firms is being sought, divided into 8 lots, according to the type of journey. Service providers on the framework will then be invited to quote for packages of journeys as they become available. In total there are between 5,000 and 10,000 journeys per week (accounting for around £4m worth of spend per annum) which falls by at least half during the school holidays.1.Service Overview Passenger & Transport Services (P.A.T.S) have been providing special needs transport for adults and children within the jurisdiction of Leicester City Council since 1997. We aim to transport our passengers safely, punctually and comfortably and to accommodate fully any special needs and requirements that they may have. P.A.T.S offer special transport services to Council service users including:•Children with special needs from home to school•Children to hospital schools and respite homes•Looked-after children from home to school and to attend contact sessions with their relatives. •Adults with special needs from home to day care centres•Elderly people from home to lunch clubs•Adults with learning difficulties to day centres and work placements•Dial-a-ride service for people who have special/medical needs and cannot access public transport•Ambulance transfers for patients who need specialised transport•Excursion trips for special needs schools and day centres. P.A.T.S has a fleet of approximately eighty yellow minibuses and employs its own drivers and passenger assistants. Additional transport services are provided by local taxi companies who meet the Council’s stringent standards on service quality. All staff working on P.A.T.S buses and private taxis hold an enhanced DBS (Disclosure and Baring Service) certificate has been extensively trained to ensure passengers’ safety, punctuality and comfort. The emphasis on maintaining standard’s is reflected in the P.A.T.S 2013 satisfaction survey results where 96% of passengers considered the service they received to be satisfactory or better. In addition to monitoring the service with feedback from passengers, P.A.T.S periodically reviews routes, processes and vehicle utilisation to ensure that resources are used as efficiently as possible to deliver maximum value for money while minimising the carbon footprint and environmental impact of the fleet and taxis on the city’s streets and residents.This enables us to meet the demands for our service and the companies we use will be expected to transport Service Users to the same standards required by our own staff. •Survey and feedback form•Parent contracts |
Published: | 04/12/2014 16:24 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Leicester City Council
Leicester City Council, City Hall, 115 Charles Street, Leicester, LE1 1FZ, United Kingdom
Tel. +44 01164544024, Email: Claire.Naik@leicester.gov.uk, URL: www.leicester.gov.uk, URL: Procurement Services, Attn: Claire Naik
Attn: Claire Naik
Electronic Access URL: www.sourceleicestershire.co.uk
Electronic Submission URL: www.delta-esourcing.co.uk
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Passenger and Transport Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 2
Region Codes: UKF21 - Leicester
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 4
Justification for a framework agreement the duration of which exceeds four years:
Refer to Invitation to Tender Document
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 16,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Passenger cars. Other passenger cars. Leicester City Council (Passenger and Transport Services – P.A.T.S) is inviting tenders for the provision of passenger transport services for vulnerable adults and elderly people, children with special educational needs and other groups of young people. A framework of suitable taxi firms is being sought, divided into 8 lots, according to the type of journey. Service providers on the framework will then be invited to quote for packages of journeys as they become available. In total there are between 5,000 and 10,000 journeys per week (accounting for around £4m worth of spend per annum) which falls by at least half during the school holidays.1.Service Overview Passenger & Transport Services (P.A.T.S) have been providing special needs transport for adults and children within the jurisdiction of Leicester City Council since 1997. We aim to transport our passengers safely, punctually and comfortably and to accommodate fully any special needs and requirements that they may have. P.A.T.S offer special transport services to Council service users including:•Children with special needs from home to school•Children to hospital schools and respite homes•Looked-after children from home to school and to attend contact sessions with their relatives. •Adults with special needs from home to day care centres•Elderly people from home to lunch clubs•Adults with learning difficulties to day centres and work placements•Dial-a-ride service for people who have special/medical needs and cannot access public transport•Ambulance transfers for patients who need specialised transport•Excursion trips for special needs schools and day centres. P.A.T.S has a fleet of approximately eighty yellow minibuses and employs its own drivers and passenger assistants. Additional transport services are provided by local taxi companies who meet the Council’s stringent standards on service quality. All staff working on P.A.T.S buses and private taxis hold an enhanced DBS (Disclosure and Baring Service) certificate has been extensively trained to ensure passengers’ safety, punctuality and comfort. The emphasis on maintaining standard’s is reflected in the P.A.T.S 2013 satisfaction survey results where 96% of passengers considered the service they received to be satisfactory or better. In addition to monitoring the service with feedback from passengers, P.A.T.S periodically reviews routes, processes and vehicle utilisation to ensure that resources are used as efficiently as possible to deliver maximum value for money while minimising the carbon footprint and environmental impact of the fleet and taxis on the city’s streets and residents.This enables us to meet the demands for our service and the companies we use will be expected to transport Service Users to the same standards required by our own staff. •Survey and feedback form•Parent contracts
II.1.6)Common Procurement Vocabulary:
34110000 - Passenger cars.
34115000 - Other passenger cars.
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
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The Framework will be structured into eight categories (lots) and you may bid for any one or more of these (as described below):Lot 1 Journeys within the County of Leicestershire (including the City)1aGeneral requirements/Council employees on Council business 1bGeneral requirements with passenger assistants1cTravel in a wheelchair 1dTravels in a wheelchair with passenger assistantLot 2 Journeys out of the County of Leicestershire2aGeneral requirements/Council employees on Council business2bGeneral requirements with passenger assistants2cTravel in a wheelchair 2dTravels in a wheelchair with passenger assistant
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Lot No: 1
Title: Journeys within the County of Leicestershire (including the City)
1)Short Description:
The Framework will be structured into eight categories (lots) and you may bid for any one or more of these (as described below). Lot 1 Journeys within the County of Leicestershire (including the City)1aGeneral requirements/Council employees on Council business 1bGeneral requirements with passenger assistants1cTravel in a wheelchair 1dTravels in a wheelchair with passenger assistantLot 2 Journeys out of the County of Leicestershire2aGeneral requirements/Council employees on Council business2bGeneral requirements with passenger assistants2cTravel in a wheelchair 2dTravels in a wheelchair with passenger assistant
2)Common Procurement Vocabulary:
34115200 - Motor vehicles for the transport of fewer than 10 persons.
3)Quantity Or Scope:
Refer to Invitation to Tender
Value range between: 6 and 200
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Please refer to the inviation to Tender for further information
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting authority reserves the right to require deposits, guarantees, bonds or other forms of appropriate security. The right to require the provision of appropriate guarantees, bonds, warranties and insurances is reserved. In the event of Leicester City Council contracting with a consortium or Special Purpose Vehicle Leicester City Council will require the consortium members to provide forms of guarantee and/or financial security for the consortium's obligations.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Refer to Invitation to Tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council requires a contract with a legal entity. In the event of a consortium bid, the Council will only enter into a contract with a suitable legal entity.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As set out in the Invitation to Tender document.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(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 on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Refer to Invitations to Tender document
III.2.3)Technical capacity
Technical capacity - means of proof required
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Information and formalities necessary for evaluating if requirements are met:
Refer to Invitations to Tender document
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal 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 procedure: Open
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: TAN 0174
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 09/01/2015
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 16/01/2015
Time: 12:00
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 Not Provided
IV.3.8)Conditions for opening tenders
Date: 16/01/2015
Time: 12:00
Persons authorised to be present at the opening of tenders: No
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 2-4 Years
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=122230820
GO-2014124-PRO-6205002 TKR-2014124-PRO-6205001
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
London, WC2A 2LL, United Kingdom
VI.4.2)Lodging of appeals: City Barrister and Head of Standards, Leicester City Council, City Hall, 115 Charles Street, Leicester LE1 1FZ, UK. If the appeal is not successfully resolved contractors may commence legalaction for breach of duty in the High Court in accordance with Regulation 47,within 30 days of the date when grounds for stating proceedings first arose.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 04/12/2014
ANNEX A