Provide Vehicle Recovery Services to Nottinghamshire Police
The Office of the Police and Crime Commissioner for Nottinghamshire would like to invite you to submit a bid for Vehicle recovery services for Nottinghamshire Police.
United Kingdom-Nottingham: Breakdown and recovery services for motor vehicles
2016/S 111-198030
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
East Midlands Strategic Commercial Unit (EMSCU)
N/A
Nottinghamshire Police, Force Headquarters, Sherwood Lodge, Nottinghamshire
For the attention of: Leanne Bryant
NG5 8PP Nottingham
United Kingdom
Telephone: +44 1159670999
E-mail: leanne.bryant@emscu.pnn.police.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/32217
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16302&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16302&B=BLUELIGHT
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
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
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Nottinghamshire.
NUTS code UKF
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)
II.1.6)Common procurement vocabulary (CPV)
50118400
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 4 000 000 and 7 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Duty garage response area 1
1)Short description
2)Common procurement vocabulary (CPV)
50118400
Lot No: 2 Lot title: Duty garage response area 2
1)Short description
2)Common procurement vocabulary (CPV)
50118400
Lot No: 3 Lot title: Duty garage response area 3
1)Short description
2)Common procurement vocabulary (CPV)
50118400
Lot No: 4 Lot title: Duty garage response area 4
1)Short description
2)Common procurement vocabulary (CPV)
50118400
Lot No: 5 Lot title: Duty garage response area 5
1)Short description
2)Common procurement vocabulary (CPV)
50118400
Section III: Legal, economic, financial and technical information
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:
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
Description of particular conditions: Refer to the Invitation to Tender documentation for further details.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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 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 26.5.1972 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;
(j) 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
(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 3 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.
Minimum level(s) of standards possibly required: Refer to invitation to tender documentation for further details.
III.2.3)Technical capacity
Refer to invitation to tender documentation for further details.
Minimum level(s) of standards possibly required:
Refer to invitation to tender documentation for further details.
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.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Technical. Weighting 30
2. Service model. Weighting 30
3. Support services. Weighting 20
4. Capacity. Weighting 10
5. Business continuity. Weighting 5
6. Health and safety. Weighting 5
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
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
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 of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: East Midlands Strategic Commercial Unit, Nottinghamshire Police Headquarters, Sherwood Lodge, Arnold, Nottingham, NG5 8PP.
VI.5)Date of dispatch of this notice:
Related Posts
PSNI Managed Vehicle Recovery Service
Van Purchase – Request for Quotation
Collaborative Framework to Supply Vehicle Telematics System
Provide Vehicle Maintenance Services to Isle of Wight Council