By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply of vehicle and plant tyres and associated services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Bassetlaw District Council
Queen's Buildings Potter Street
For the attention of: Sandy Williams
S80 2AH Worksop
UNITED KINGDOM
Telephone: +44 1909533449
E-mail:
Fax: +44 1909501246

Internet address(es):

General address of the contracting authority: www.bassetlaw.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 authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The 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:
Supply of vehicle and plant tyres and associated services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Counties of Derbyshire and Nottinghamshire.

NUTS code UKF1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 2 500 000 and 4 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
A Consortium of Nottinghamshire and Derbyshire Local Authorities is seeking to establish a framework agreement in respect of vehicle/plant tyres and associated services. The Consortium, led by Bassetlaw District Council, is comprised of the following Councils whose vehicle fleets operate from depots located across Nottinghamshire and Derbyshire: Ashfield District Council; Bassetlaw District Council; Bolsover District Council; Broxtowe Borough Council; Derby City Council; Erewash Borough Council; Gedling Borough Council; Mansfield District Council; Newark and Sherwood District Council; North East Derbyshire District Council; Nottingham City Council; Nottinghamshire County Council and Rushcliffe Borough Council.

Tenderers should note that although the contracting authority for the purposes of this procurement is Bassetlaw District Council, the framework agreement may be made available to other Councils and Public Bodies within the East Midlands region. Details of all the authorities in the East Midlands region are to be found at www.eastmidlandsiep.gov.uk

Tenderers are required to submit fully costed proposals for each Consortium members' vehicle fleet on a transactional ‘Pay-As-You-Go' basis.
It is envisaged that the framework agreement will be awarded by the end of Q4/2013 with Participating Authorities calling off supplies/services with effect from February 2014; exact dates are to be agreed with each of the Participating Authorities dependent on their existing contractual commitments.
II.1.6)Common procurement vocabulary (CPV)

34350000, 34351000, 34351100, 34352000, 34352100, 34352300, 50116500

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Collectively members of the Consortium have responsibility for approximately 3 000 vehicles, including but not limited to cars and car-derived vans, light commercial vehicles, HGVs including Refuse Freighters, minibuses, tractors, agricultural machinery, trailers, plant and equipment.
The successful Contractor will be expected to supply, fit and maintain all tyres on the respective Vehicle Fleets of each Consortium member. The Contractor will be responsible for any urgent remedial work required, including emergency call-outs to roadside and/or depot. It is a requirement that the Services be available to Consortium members on a 24/7 basis anywhere within the geographical area covered by the parties to the framework, although in reality the bulk of the Services will be executed during normal working hours.
II.2.2)Information about options
Options: yes
Description of these options: In is anticipated that the Framework Agreement will run for a period of two years from February 2014 with an option for 2 additional one-year extensions. Enactment of the one-year extensions will be dependent on the framework Supplier's performance throughout the primary two-year contract period and market and Client conditions at the time.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 3.2.2014. Completion 2.2.2018

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the tender document.
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
Information and formalities necessary for evaluating if the requirements are met: Any firm may be disqualified on the following grounds:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Supporting Information to be provided as part of tender submission.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Supporting Information to be provided as part of tender submission.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution 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 procedure
Open
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 criteria

The most economically advantageous tender in terms of the criteria stated below

1. Overall Cost of Service Provision based on: (a) A defined list of fitted tyre sizes (55%); (b) A defined list of chargeable ancillary services (15%).. Weighting 70

2. Quality and Capacity of Main Contractor, including demonstrable ability to deliver a proactive tyre management solution supported by a detailed method statement and online management reporting tools.. Weighting 15

3. Quality and Capacity of Service Provider(s) supported by a statement detailing proposed service delivery methodology.. Weighting 12

4. Provision of supporting information including policies in respect of Health & Safety, Environmental, Quality Management, Equality & Diversity and proof of Insurance.. Weighting 3

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SLW/BDC/2013/011
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 8.11.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
15.11.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 18.11.2013 - 10:00

Place:

Bassetlaw District Council, Queen's Buildings, Potter Street, Worksop, Notts S80 2 AH.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Solicitor (Bassetlaw DC); Financial Accountant (Bassetlaw DC); Procurement Manager (Bassetlaw DC); Procurement Manager (Newark and Sherwood DC).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The 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

Refer to Section VI.4.2)

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Bassetlaw District Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated by electronic means to tenderers. The standstill notice will include (a) the criteria for the award of the contract, (b) the full reasons for the award decision (including the characteristics & relative advantages of the successful tender), (c) the identity of the successful tenderer, (d) the score obtained by the economic operator which is to receive the notice and the score obtained by the economic operator to be awarded the contract and (e) when the standstill period is expected to end or the date before which the Council will not enter into the contract. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into. The Public Procurement (Miscellaneous Amendments) Regulations 2011 require any proceedings to be commenced within 30 days, beginning with the date when the claimants first knew or ought to have known that grounds for starting the proceedings had arisen.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
30.9.2013