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

Grounds Maintenance Machinery Repair Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

The Council of the Borough of Bournemouth
Strategic Procurement Team, Bournemouth Borough Council, The Town Hall, Bourne Avenue
For the attention of: Alexander Dean
BH2 6DY Bournemouth
UNITED KINGDOM
Telephone: +44 1202451417
E-mail:

Further information can be obtained from: supplyingthesouthwest.org.uk
Internet address: www.supplyingthesouthwest.org.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: supplyingthesouthwest.org.uk
Internet address: www.supplyingthesouthwest.org.uk

Tenders or requests to participate must be sent to: supplyingthesouthwest.org.uk
Internet address: www.supplyingthesouthwest.org.uk

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:
Grounds Maintenance Machinery Repair Service.
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: Bournemouth.

NUTS code UKK21

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Council seeks a service to cover the repair and servicing of grounds maintenance machinery based at several sites within the borough of Bournemouth. The main sections within the Council to be covered are Parks, Bereavement Services, Seafront Services, Housing Grounds Maintenance and Housing Technical Services. Other Sections within the Council may also present machinery for repair through this contract. The service will be required for 364 days per year.
II.1.6)Common procurement vocabulary (CPV)

16100000, 16140000, 16150000, 16160000, 16310000, 16340000, 16400000, 16500000, 16510000, 16530000, 16540000, 16700000, 16710000, 16720000, 16730000, 16800000, 16810000, 16820000

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:
The Council seeks a service to cover the repair and servicing of grounds maintenance machinery based at several sites within the borough of Bournemouth. The main sections within the Council to be covered are Parks, Bereavement Services, Seafront Services, Housing Grounds Maintenance and Housing Technical Services. Other Sections within the Council may also present machinery for repair through this contract. The service will be required for 364 days per year.
Estimated value excluding VAT: 265 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Price and payment terms:
The Price and method of payment will be as specified in the Payment Schedule. No invoices will be accepted or payments made in excess of the Price without the Council's prior agreement and the issue of an official Contract amendment. The Price will exclude VAT.
All invoices must state the relevant Contract details clearly.
Provided the Services are performed satisfactorily in compliance with the Contract including compliance with the requirements of the Service Specification, the Council will pay the Contractor via its electronic payment system as specified in the Contract or in default within 30 days, subject to receipt of a valid invoice from the Contractor
If the Contractor's invoice is or appears to be in error and has to be investigated or is in dispute, the date of receipt and consequently the date by which payment is due will be measured from the date on which such query or dispute is satisfactorily resolved.
Without prejudice to any other right or remedy of the Council, the Council may make reductions in payment in respect of any Services which the Contractor has failed to provide or has provided inadequately.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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 supplier may be disqualified who:
(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 compulsory winding up the 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 contract 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 organization, 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 May 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 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
See Tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
See Tender documents.
Minimum level(s) of standards possibly required: See Tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See tender documents.
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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
SWCE-9CGGM5
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
6.12.2013 - 14:00
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 6.12.2013 - 14:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Democratic services will need to be present when tenders are opened.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: October 2018.
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

The Council of the Borough of Bournemouth
Town Hall, Bourne Avenue
BH2 6DY Bournemouth
UNITED KINGDOM
E-mail:
Telephone: +44 1202451417
Internet address: www.bournemouth.gov.uk

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:
18.10.2013