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

Vehicle Valeting Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Dumfries and Galloway Council
Council Headquarters, English Street
Contact point(s): Procurement Team
For the attention of: Charlie Ranstead
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604

Internet address(es):

General address of the contracting authority: http://www.dumgal.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

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:
Vehicle Valeting Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Throughout Dumfries & Galloway Region.

NUTS code UKM32

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 several operators
maximum number of participants to the framework agreement envisaged: 4

Duration of the framework agreement

Duration in years: 3
II.1.5)Short description of the contract or purchase(s)
Dumfries and Galloway Council are tendering for the provision of vehicle valeting services for around 100 vehicles throughout the region - in four lots.
It is envisaged that this will be an agreement with more than one supplier due to the geographical nature of the area but this will be at the discretion of Dumfries and Galloway Council.
Lot One will include postcodes DG 8,9
Lot Two will include postcodes DG 5,6,7
Lot Three will include postcodes DG 1,2,3,4,
Lot Four will include postcodes DG 10,11,12,13,14,16
It should be noted that TUPE may apply

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=252113.

II.1.6)Common procurement vocabulary (CPV)

50112300

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: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
While Dumfries & Galloway Council does not bind itself to purchase any of the following, it is expected that DGC will require the provision of Vehicle Valeting Services from suitably experienced providers throughout the Dumfries & Galloway region. The contract will be considered in geographic lots.
II.2.2)Information about options
Options: yes
Description of these options: The initial contract(s) will be for three years which may be extended by a further two periods of one year each depending on supplier's satisfactory performance and budget availability.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Vehicle Valeting Services for DG8 and DG9
1)Short description
Provision of vehicle valeting services.
2)Common procurement vocabulary (CPV)

50112300

3)Quantity or scope
To include post codes DG8 and DG9
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Vehicle Valeting Services for DG1, DG2, DG3, and DG4
1)Short description
Vehicle Valeting Services
2)Common procurement vocabulary (CPV)

50112300

3)Quantity or scope
Includes post codes DG1, DG2, DG3, and DG4
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Vehicle Valeting Services for DG5, DG6 and DG7
1)Short description
Provision of Vehicle Valeting Services
2)Common procurement vocabulary (CPV)

50112300

3)Quantity or scope
To include post codes DG5, DG6 and DG7
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: Vehicle Valeting Services for DG10, DG11, DG12, G13. G14 and DG16
1)Short description
Vehicle Valeting Services
2)Common procurement vocabulary (CPV)

50112300

3)Quantity or scope
Includes post codes DG10, DG11, DG12, G13. G14 and DG16
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots

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:
Delivery Payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint & Several Liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Bidders will be required to complete a qualification questionnaire as part of their tender. Responses to this questionnaire will determine whether suppliers proceed to the next stage. full details are set out in the Invitation To Tender.
There is a contract currently in place for this service and the Council is of the view that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) may apply.
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
As identified in the Invitation To Tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
As identified in the Invitation To Tender documents attached to this notice.
Minimum level(s) of standards possibly required: As identified in the Invitation To Tender documents attached to this notice.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(3) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(5) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
As identified in the Invitation To Tender documents attached to this notice.
Minimum level(s) of standards possibly required:
As identified in the Invitation To Tender documents attached to this notice.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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: yes

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:
DG/CSR/228/13.
IV.3.2)Previous publication(s) concerning the same contract
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: 19.3.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
26.3.2013 - 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
until: 24.7.2013
IV.3.8)Conditions for opening of tenders
Date: 26.3.2013 - 12:00

Place:

Legal Services, English Street, Dumfries, DG1 2DD.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised Legal Services Staff.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Five years from this notice.
VI.2)Information about European Union funds
VI.3)Additional information
The contract will be considered as a contract made in Scotland and subject to the exclusive jurisdiction of the Scottish courts.
(SC Ref:252113)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals:As provided for in the Public Contracts (Scotland) Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.2.2013