UK-Swansea: motor vehicles for the transport of goods
The Long Term Contract Hire of Light Commercial Vehicles With or Without Maintenance.
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
City and County of Swansea
Civic Centre, Oystermouth Road
SA1 3SN Swansea
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://https://etenderwales.bravosolution.co.uk
Address of the buyer profile: http://https://etenderwales.bravosolution.co.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
I.3)Main activity
Education
Environment
General public services
Housing and community amenities
Recreation, culture and religion
Social protection
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Rental
Main site or location of works, place of delivery or of performance: Swansea.
NUTS code UKL18
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Community Benefits doesn’t apply to this contract.
II.1.6)Common procurement vocabulary (CPV)
34130000, 34100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(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 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 those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection.
III.2.2)Economic and financial ability
(b) balance sheets or extracts of balance sheets;
(c) statement of turnover for a maximum of the last three (3) years.
See Tender documents.
Minimum level(s) of standards possibly required: See Tender documents.
III.2.3)Technical capacity
See Tender documents.
Minimum level(s) of standards possibly required:
See Tender documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
Lot 1. Cost of supply. Weighting 60 %
Lots 1 & 2. Cost of accessories. Weighting 5 %
Lots 1 & 2. Cost of components. Weighting 10 %
Lot 1. Warranty duration and agent proximity. Weighting 10 %
Lots 1 & 2. Vehicle delivery lead times. Weighting 5 %
Lot 1. Impest Stock offer. Weighting 10 %
Lot 2. Cost of supply. Weighting 55 %
Lot 2. Maintenance Agent(s) Suitability. Weighting 25 %
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The City and County of Swansea will be conducting this procurement exercise through the Value Wales e-Tendering portal at www.etenderwales.bravosolution.co.uk. All information shall be downloaded and returned though this channel. For assistance, please contact the eTendering Helpdesk using the contact details on the website. The Project Code required to locate this tendering opportunity is 21946.
Buy4Wales Reference Number: 28285.
VI.4.1)Body responsible for appeal procedures
Legal, Democratic Services & Procurement
City and County of Swansea, Civic Centre
SA1 3SN Swansea
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Legal, Democratic Services & Procurement
City and County of Swansea, Civic Centre
SA1 3SN Swansea
UNITED KINGDOM
VI.5)Date of dispatch of this notice:28.11.2011