Services - 535390-2019

12/11/2019    S218

United Kingdom-Glenrothes: Public road transport services

2019/S 218-535390

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Fife Council
Postal address: Fife House, North Street
Town: Glenrothes
NUTS code: UKM72 Clackmannanshire and Fife
Postal code: KY7 5LT
Country: United Kingdom
Contact person: Sarah Cutler
E-mail: sarah.cutler@fife.gov.uk
Telephone: +44 3451550000
Internet address(es):
Main address: http://www.fifedirect.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.publictendersscotland.publiccontractsscotland.gov.uk
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Dynamic Purchasing System (DPS) for Local, School and Ad-hoc Bus and Coach Services Operated by PSVs

Reference number: 11688
II.1.2)Main CPV code
60112000 Public road transport services
II.1.3)Type of contract
Services
II.1.4)Short description:

Fife Council are seeking to invite passenger vehicle operators to participate in a dynamic purchasing system (DPS) which will be used to procure transport related ‘service contracts’ operated by Public Service Vehicles (PSV) including but not limited to subsidised local bus services, home to school transport, and ad-hoc hires for occasions such as, but not limited to, school trips. It is anticipated that the DPS will run for a period of 10 years and that mini-competitions will be run under it.

Organisations applying for this DPS should note that in some circumstances there will not be a minimum of 10 days given to respond to mini-competitions for ad-hoc hires.

II.1.5)Estimated total value
Value excluding VAT: 150 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
60112000 Public road transport services
II.2.3)Place of performance
NUTS code: UKM72 Clackmannanshire and Fife
Main site or place of performance:

Services will be provided mainly in Fife but some contracts may extend into other Council areas, this is particularly likely to be the case for ad-hoc one off requirements.

II.2.4)Description of the procurement:

Fife Council is inviting operators of passenger vehicles (PSV licence holders) to participate in a dynamic purchasing system (DPS) which will be used to procure transport related ‘service contracts’, mainly for local bus services, home to school services, and one off hires for-occasions such as, but not limited to, school trips.

Operators may join the DPS at any point during its lifetime validity if they satisfy the selection criteria and none of the grounds for exclusion apply that are set out in the European Single Procurement Document (ESPD).

Under the DPS, contracts awarded will be subject to a tendering process (i.e. mini-competition) with all operators who have been admitted to the DPS being invited to tender. It will not always be possible to give 10 days to respond to mini-competitions, particularly for ad-hoc hires.

Applications to join the DPS will be processed via PCS-Tender, or any future equivalent system introduced by the Scottish Government, as and when they are received.

It is anticipated that contracts awarded to local and home to school bus services will be for 4 years and that a price to quality ratio of 90 % price and 10 % quality may apply, but this may vary. Quality questions may potentially include areas such as,but not limited to, workforce matters, community benefits, contingency planning, communication. All weightings and criteria will be given in procurement documents. Information in this advert is indicative only.

It is anticipated that contracts awarded for ad-hoc services will be for one off requirements and price will be the key factor.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: See procurement documents / Weighting: 10
Price - Weighting: 90
II.2.6)Estimated value
Value excluding VAT: 150 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

After the end date of the DPS no futher contracts can be awarded under it, however, contracts awarded before the end date may run beyond that date.

Any future DPS/framework/contracts for services covered by this DPS will be advertised prior to the end date of the DPS.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates:

There is no maximum number of participants in a DPS.

II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: yes
Description of options:

Variants and options which meet the minimum requirement(s) in a contract specification may be considered, if requested by Fife Council, and submitted in addition to a compliant bid. They should not be offered unless allowed for in the tender documents for the individual mini-competitions.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Variants may only be considered in certain circumstances. They should not be offered unless allowed for in the tender documents for the individual mini-competitions.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Tenderers are required to have a PSV operator's licence number.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

4B.4 — the current ratio will be applied. Operators are to provide their current assets and current liabilities in relation to their accounts for the last 2 years and to divide the current assets by the current liabilities figure. If 2 years of accounts are not available an explanation should be given.

4B.5.1 and 2 — it is a requirement that the operator holds, or can commit to obtain prior to the commencement of any contract, the minimum levels of insurance stated below.

Minimum level(s) of standards possibly required:

4B.4 operators are expected to achieve a ratio of 1 or more. Where an operator does not meet this requirement further details should be provided to confirm why and the Council may undertake additional financial checks using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the operator. Fife Council may require a parent company guarantee, a performance bond, a bank guarantee, and/or and advance payment bond.

In cases where Fife Council may deem the tenderer does not have the financial capacity to deliver all the services for which it may be the highest ranked bidder, Fife Council reserve the right to limit the number of contracts it may award to the bidder. See Invitation to Tender for further information.

4B.5.1 and 2

employer's (compulsory) liability insurance = 10 000 000 GBP

public liability = 5 000 000 GBP.

III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

Holders of a UK Public service vehicle operator's licence — standard international (SI), standard national (SN), restricted (R) or special restricted (SR) or equivalent outwith the UK.

III.2.2)Contract performance conditions:

See conditions of contract.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 188-457719
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 07/11/2029
Local time: 09:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 08/11/2029
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

It is anticipated any further notice would be published approximately 6 months in advance of the DPS end date.

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Note that the date given at IV.2.3) is only stated because PCS requires a date after the expiration of this notice 10 years hence. Mini-competitions will be run under the DPS throughout its lifetime, commencing in November 2019.

The buyer is using PCS-Tender to conduct this PQQ exercise. The project code is 13732. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The contracting authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Sub-contracting is only permissible in the circumstances set out in the conditions of contract.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Tenderers may be required to commit to providing a certain number of ‘Community Benefits Points’ dependent on the value of contracts they are awarded. Information about community benefits will be included in invitations to tender where relevant.

(SC Ref:603462)

VI.4)Procedures for review
VI.4.1)Review body
Official name: Fife Council
Postal address: Fife House, North Street
Town: Glenrothes
Postal code: KY7 5LT
Country: United Kingdom
Telephone: +44 3451550000
Internet address: http://www.fifedirect.org.uk
VI.5)Date of dispatch of this notice:
08/11/2019