Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Royal Borough of Windsor and Maidenhead
Postal address: Town Hall, St Ives Road
Town: Maidenhead
Postal code: SL6 1RF
Country: United Kingdom
For the attention of: Lynne Penn
E-mail: transport@RBWM.gov.uk
Telephone: +44 1628796481
Internet address(es):
General address of the contracting authority: http://www.rbwm.gov.uk/
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 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: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
RBWM Transport Services Dynamic Purchasing System.
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: The Royal Borough of Windsor and Maidenhead, Town Hall, St Ives Road, Maidenhead, SL6 1RF, United Kingdom.
NUTS code UKJ11 Berkshire
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)
RBWM is establishing an on-line Dynamic Purchasing System for Transport Services. This will cover the following service categories:
Lot 1 Passenger Carrying Vehicles (9 seater +);
Lot 2 Hackney/Private hire (8 seats or less);
Lot 3 Driver and/or Passenger Assistance Provision;
Lot 4 Public Transport;
Lot 5 Other car provisions such as community cars.
RBWM will tender these Services only to qualified operators on the DPS. All new and reconfigured contracts will be tendered on the DPS which will drive greater choice and flexibility for the Residents of the borough. The DPS will initially be set up for 2 years with options to extend further.
Interested operators must register on the DPS and complete the qualification questionnaire for assessment by the borough.
On Wednesday 29.6.2016 we will be holding workshops at the Town Hall, Maidenhead to give everyone more information about the DPS Registration process.
For further information and to register your interest in coming to the workshop please email Transport@rbwm.gov.uk with your contact details.
II.1.6)Common procurement vocabulary (CPV)60000000 Transport services (excl. Waste transport), 60171000 Hire of passenger cars with driver, 60172000 Hire of buses and coaches with driver, 60100000 Road transport services, 60112000 Public road transport services, 60120000 Taxi services
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: no
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:
RBWM is establishing an on-line Dynamic Purchasing System for Transport Services. This will cover the following service categories:
Lot 1 Passenger Carrying Vehicles (9 seater +);
Lot 2 Hackney/Private hire (8 seats or less);
Lot 3 Driver and/or Passenger Assistance Provision;
Lot 4 Public Transport;
Lot 5 Other car provisions such as community cars.
RBWM will tender these Services only to qualified operators on the DPS. All new and reconfigured contracts will be tendered on the DPS which will drive greater choice and flexibility for the Residents of the borough. The DPS will initially be set up for 2 years with options to extend further.
Interested operators must register on the DPS and complete the qualification questionnaire for assessment by the borough.
On Wednesday 29.6.2016 we will be holding workshops at the Town Hall, Maidenhead to give everyone more information about the DPS Registration process.
For further information and to register your interest in coming to the workshop please email Transport@rbwm.gov.uk with your contact details.
Estimated value excluding VAT: 1 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 24 (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 registersInformation and formalities necessary for evaluating if the requirements are met: For further information and to register your interest in the RBWM Transport DPS opportunity please email Transport@rbwm.gov.uk with your contact details.
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 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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate30.6.2018 - 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 tenderDuration in months: 24 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
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 information
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:8.6.2016