Supply of vehicle and plant tyres and associated services.
Contract notice
Services
Section I: Contracting authority
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)
Section II: Object of the contract
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
Duration of the framework agreement
Duration in years: 4Estimated 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
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.
34350000, 34351000, 34351100, 34352000, 34352100, 34352300, 50116500
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.
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.
Section III: Legal, economic, financial and technical information
(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.
Supporting Information to be provided as part of tender submission.
Section IV: Procedure
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
Payable documents: no
Place:
Bassetlaw District Council, Queen's Buildings, Potter Street, Worksop, Notts S80 2 AH.
Persons authorised to be present at the opening of tenders: yesAdditional 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
Refer to Section VI.4.2)