Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Birmingham City Council
10 Woodcock Street
Birmingham
B4 7WB
UK
Person cyswllt: Corporate Procurement Services
E-bost: etendering@birmingham.gov.uk
NUTS: UKG31
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.finditinbirmingham.com
Cyfeiriad proffil y prynwr: www.in-tendhost.co.uk/birminghamcc
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.in-tendhost.co.uk/birminghamcc
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.in-tendhost.co.uk/birminghamcc
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Children and Young People's Travel Service: Transport Services
Cyfeirnod: P1216
II.1.2) Prif god CPV
60000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Birmingham City Council is seeking tenders from suitable tenderers that wish to be appointed to a Framework Agreement for the provision of the Service. The Service required will primarily be to transport vulnerable children and young people to and from schools and colleges. Birmingham City Council must meet the statutory requirements relating to home to school transport and sustainable travel. The Council is the largest service of its kind in the country providing transport services (vehicles, drivers and passenger assistants) to support over 4,500 children and young people with SEND. There are over 1,200 transport routes operated each day and, as at early September 2022, approximately 920 of these routes require passenger assistants to support the needs of these children and young people. The Framework Agreement will be in two Lots and will be awarded to multiple suppliers.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 450 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Minibus (For 9-seat or more vehicles)
II.2.2) Cod(au) CPV ychwanegol
34114400
34120000
60000000
60112000
60130000
II.2.3) Man cyflawni
Cod NUTS:
UKG
Prif safle neu fan cyflawni:
II.2.4) Disgrifiad o’r caffaeliad
Lot 1 will have a maximum of 20 successful tenderers on the Framework to deliver all the minibus contracts. Call off will be via further competition based on requirements, and individual requirements will be packaged based on needs. Lot 1 also has the option of a direct award where required, for example in urgent circumstances.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Rhif y Lot 2
II.2.1) Teitl
Taxi: (vehicles that can provide 8 passenger seats or less)
II.2.2) Cod(au) CPV ychwanegol
60000000
34100000
34115200
II.2.3) Man cyflawni
Cod NUTS:
UKG
Prif safle neu fan cyflawni:
II.2.4) Disgrifiad o’r caffaeliad
Lot 2 will have a maximum of 35 suppliers and call off will be via direct award based on vehicle type and pricing. Once the Framework Agreement commences and there is a requirement, the Council will directly award that requirement via a direct Call-Off Contracts to the supplier who achieved the highest ranking in total combined score (quality and price) against the required vehicle type/category. Call off requirement will be based on vehicle type. Where an award is made to the highest-ranking supplier in terms of a particular vehicle type, confirmation of award to that supplier on the framework will be subject to the supplier having sufficient capacity to undertake the work and its acceptance of the Call-Off Contract (thereby fulfilling the demands of the specification). If suppliers do not have sufficient capacity against the required vehicle type the Council will directly award call off contracts to the supplier who has achieved the second highest total combined score (quality and price). This process will be followed for all suppliers who will be ranked sequentially in order of their total combined score with the lowest scoring tenderer ranked last in order to form a "league table" for each vehicle type/category.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Taxi Provision will be for up to 2 or 3 years for children aged 5-16 and anticipated call of contract for young people aged 16 and above (post 16), will be for 1 year or more. These call offs will have the flexibility of potential extension should it be required, depending on the specific requirements.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Further details will be provided in the tender documentation.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 55
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: Will not exceed 4 years
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
30/06/2023
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 90 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
30/06/2023
Amser lleol: 12:00
Place:
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant Invitation to Tender (ITT) documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: cps@birmingham.gov.uk Your completed tender submission should be returned by noon on 30th June 2023 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court of Justice
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
VI.5) Dyddiad anfon yr hysbysiad hwn
25/05/2023
Gwybodaeth a ychwanegwyd at yr hysbysiad ers iddo gael ei gyhoeddi.
Gwybodaeth ychwanegol a ychwanegwyd at yr hysbysiad ers ei gyhoeddi.
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.
|
Categorïau Nwyddau
Categorïau Nwyddau
34114400 | Minibuses | Specialist vehicles |
34100000 | Motor vehicles | Transport equipment and auxiliary products to transportation |
34120000 | Motor vehicles for the transport of 10 or more persons | Motor vehicles |
34115200 | Motor vehicles for the transport of fewer than 10 persons | Other passenger cars |
60112000 | Public road transport services | Road transport services |
60130000 | Special-purpose road passenger-transport services | Road transport services |
60000000 | Transport services (excl. Waste transport) | Transport and Related Services |
Lleoliadau Dosbarthu
Lleoliad Delifriad
100 | DU - Holl |
Cyfyngiadau Rhanbarthol ar y Rhybuddion
Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.
Cyfyngiadau Rhanbarth Rhybudd
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.
|