Section one: Contracting authority
one.1) Name and addresses
Cyngor Gwynedd
Uned Integredig Cludiant, Swyddfeydd y Cyngor, Stryd y Jel / Council Offices, Shirehall Street
Caernarfon
LL55 1SH
Contact
Julie Evans Davies
TimRheoliCategoriCorfforaethol@gwynedd.llyw.cymru
Country
United Kingdom
NUTS code
UKL12 - Gwynedd
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0361
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/
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
Sherpa Network
Reference number
1
two.1.2) Main CPV code
- 60112000 - Public road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
This proposal is to develop the successful Sherpa’r Wyddfa network.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Mix of any contracts
two.2) Description
two.2.1) Title
S2 Bangor – Pen-y-Pass drwy Lanberis
Lot No
2
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKL12 - Gwynedd
two.2.4) Description of the procurement
S2 Bangor – Pen-y-Pass drwy Lanberis
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
De-minimus variations may apply to this contract
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
S1 Caernarfon – Betws y Coed via Llanberis
Lot No
1
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKL12 - Gwynedd
two.2.4) Description of the procurement
This proposal is to develop the successful Sherpa’r Wyddfa network. Bids are sought for the following routes:
S1 Caernarfon – Betws y Coed via Llanberis
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
De-minimus variations may be applicable during the life of the contracts
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
S4 Pen-y-Pass – Porthmadog trwy Feddgelert
Lot No
4
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKL12 - Gwynedd
two.2.4) Description of the procurement
S4 Pen-y-Pass – Porthmadog trwy Feddgelert
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
De-minimus variations may be applicable during the life of the contract
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
S5 Llanberis – Pen-y-Pass
Lot No
5
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKL12 - Gwynedd
two.2.4) Description of the procurement
S5 Llanberis – Pen-y-Pass
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
de-minimus variations may be applicable during the life of the contract
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
S3 Beddgelert – Bangor / Dinorwig trwy Gaernarfon
Lot No
3
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKL12 - Gwynedd
two.2.4) Description of the procurement
S3 Beddgelert – Bangor / Dinorwig trwy Gaernarfon
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
De-minimus variations may apply during the life of the contract
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Experience running a similar contract, PSV licence required.
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 tendering documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
27 January 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 March 2023
four.2.7) Conditions for opening of tenders
Date
27 January 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
submissions in welsh or english will be treated equally
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=127744
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Procurement is a key driver for delivering the Council’s Sustainable development commitments as well as supporting its strategic project ‘Keeping the benefit local’. The organisation’s commitment to deliver ‘community benefit’ outcomes from
our procurement activity is designed to ensure that wider social and economic issues are taken into account when spending public money.
The Council will be treating this question on a non-core basis i.e. it will not form part of the evaluation process. However, it will be a requirement of the contract that whatever is put forward as a response is fulfilled by the successful contractor and the Council will monitor progress on an annual basis.
(WA Ref:127744)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom