Section one: Contracting authority
one.1) Name and addresses
Cheshire East Borough Council
Westfields, Middlewich Road
Sandbach
CW11 1HZ
Contact
Mr Steve Mellor
steve.mellor@cheshireeast.gov.uk
Telephone
+44 1270686439
Country
United Kingdom
Region code
UKD62 - Cheshire East
Internet address(es)
Main address
http://www.cheshireeast.gov.uk/
Buyer's address
http://www.cheshireeast.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
22 118 - Subsidised Bus Service 312 (Handforth Dean/Wilmslow Circular)
Reference number
DN643318
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
An opportunity has arisen where through developer funding Cheshire East Council can issue a tender to support a new bus service. The bus service will operate between Handforth Dean and Wilmslow Monday to Saturday.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
two.2.3) Place of performance
NUTS codes
- UKD62 - Cheshire East
two.2.4) Description of the procurement
A condition of contract stipulates that the vehicle used must be a Euro 6 emissions compliant vehicle to meet the proposed Transport for Greater Manchester clean air zone requirements.
The vehicle must also be a minimum capacity of 27 to promote the migration of passengers from car to public transport.
The contract will be for 12 months with an option to extend for a further 12 months.
The values given in this notice are only estimations and are for the initial contract period of 1 year and include the option to extend for a further 12 months - the authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Funding will support the service for a minimum of 2 years at which point we envisage that the service will be on the whole self-sustainable or but may require minimum local authority subsidy.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per the requirements stated in the tender documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 January 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 January 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This procurement exercise will be conducted on Cheshire East Borough Council's electronic
contract and tender management system at the www.the-chest.org.uk Organisations
wishing to be considered for this contract must register their expression of interest and
provide additional required information through the contract and tender management
system. Expressions of interest must be by way of completion and return of the invitation to
tender (‘ITT’) (in accordance with the requirements set out in the ITT) by the date and time
specified in Section IV.2.2).
If you have any technical problems with the contract and tender management system please
contact the help-desk on: ProcontractSuppliers@proactis.com or 03300050352. In order
to participate, providers must register, complete and upload completed documentation and
submit this via the Chest at the link provided in this notice. The project reference on The
Chest is DN643318. The values given in this notice are only estimations — the Council gives
no guarantee or warranty or makes any representation as to the accuracy of any indicative
values. Contract is for the duration of 12 months with the option to extend by a further 12
months.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87
(Standstill Period)and Regulations 91 (Enforcement of duties through the Court) of the
Public Contracts Regulations 2015 (as amended).
Cheshire East Borough Council will incorporate a standstill period at the point information
on the award of the contract is communicated to tenderers. That notification will provide full
information on the award decision. The standstill period, which will be for a minimum of 10
calendar days provides time for unsuccessful tenderers to review and scrutinise the award
decision before the contract is entered into.