Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Runnymede Borough Council
Runnymede Civic Centre, Station Road, Surrey
For the attention of: Dave Stedman
KT15 2AH Addlestone
UNITED KINGDOM
Telephone: +44 932425760
E-mail:
Internet address(es):
General address of the contracting authority: http://www.runnymede.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:Vehicle Maintenance Contract.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Chertsey, Surrey.
NUTS code UKJ23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Vehicle Maintenance of Refuse and Recycling Collection Vehicles, Mechanical Road Sweepers,HGVs,Vans, Disabled Access Minibuses and Specialist Plant.
Safety checks / service / repair must be executed in accordance with original equipment manufacturers (OEM) specificatio or equivalent.
The service provider must be apply to supply and fit all necessary parts and materials to complete safety checks / service / repair within short turn around times and to the detailed (OEM) standard.
The vehicles are based at the Council's depot at Fordwater Road, Chertsey, Surrey.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
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:4 year contract from 1st April 2014 with option(s) to exetend up to a further 6 years.
II.2.2)Information about optionsOptions: yes
Description of these options: The contract will be 4 years with the potential option(s) to extend up to a further 6 years, dependant on satisfactory performance in the initial contract period(s).
II.2.3)Information about renewalsThis contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:Bond or Parent Company Guarantee 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:Joint and Several Liability.
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 registers
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Financial Checks will be undertaken.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
References will br required.
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 service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
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 documentTime limit for receipt of requests for documents or for accessing documents: 2.9.2013
IV.3.4)Time limit for receipt of tenders or requests to participate9.9.2013
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates1.11.2013
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 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:1.8.2013