Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Derbyshire County Council
County Hall, Smedley Street
Contact point(s): Procurement and Systems
For the attention of: Matthew Daniels
DE4 3AG Matlock
UNITED KINGDOM
Telephone: +44 1629536201
E-mail: matthew.daniels@derbyshire.gov.uk
Internet address(es):
General address of the contracting authority: www.derbyshire.gov.uk
Electronic access to information: www.sourcederbyshire.co.uk
Electronic submission of tenders and requests to participate: https://www.eastmidstenders.org
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: yes
Derby City Council
Corporation Street
DE1 2FS Derby
UNITED KINGDOM
Chesterfield Borough Council
Town Hall, Rose Hill
S40 1LP Chesterfield
UNITED KINGDOM
Amber Valley Borough Council
Town Hall
DE5 3BT Ripley
UNITED KINGDOM
South Derbyshire District Council
Civic Offices, Civic Way
DE11 0AH Swadlincote
UNITED KINGDOM
Bolsover District Council
The Arc, High Street
S43 4JY Clowne
UNITED KINGDOM
Erewash Borough Council
Town Hall, Derby Road
NG10 1HU Long Eaton
UNITED KINGDOM
High Peak Borough Council
Buxton Town Hall, Market Place
SK17 6EL Buxton
UNITED KINGDOM
Derbyshire Fire & Rescue Service
The Old Hall, Burton Road, Littleover
DE23 6EH Derby
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
CTP691 Floor Cleaning Equipment Repair and Maintenance.
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
NUTS code UKF1
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)
Derbyshire County Council is seeking to appoint one competent contractor to repair and maintain the floor cleaning equipment required throughout Derbyshire. The anticipated start date of this contract is 1.9.2014.
II.1.6)Common procurement vocabulary (CPV)
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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Scope – The contract is for the Repair and Maintenance of Floor Cleaning Equipment, which is currently, located at establishments within the Council in particular those establishments serviced by Corporate Property Services of Adult Social Services. The Council would like this contract to be open to all other departments of the Council and a number of different Borough or District Councils if they wish to opt-in.
II.2.2)Information about options
Options: yes
Description of these options: There is an option to extend for two further periods of one year each subject to an annual review up to 2018.
Provisional timetable for recourse to these options:
in months: 24 (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: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (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:
As detailed within the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed within the tender documentation.
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
The performance of the contract is subject to particular conditions: no
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: As detailed in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender documentation.
Minimum level(s) of standards possibly required: As detailed in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the tender documentation.
Minimum level(s) of standards possibly required:
As detailed in the tender documentation.
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
CTP691
IV.3.2)Previous publication(s) concerning the same contract
no
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: 13.5.2014 – 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.5.2014 – 11:00
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
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 14.5.2014 – 11:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Procurement & Systems Officers.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 01032018
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
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Derbyshire County Council will operate a minimum of 10 calender days standstill period at the point of information on the award of the contract is communicated to the relevant economic operators. Debriefing by the Council shall be in accordance with the Public Contracts Regulation 2006 (as amended) (the regulations) such information should be requested from the addressee in section 1.1 if an appeal regarding the award of the contract has not been successfully resolved the regulations provide for aggrieved parties who are of the opinion that they have been harmed or are at risk of harm by a breach of the regulations, to take action in the High Court (England, Wales and Northern Ireland) Any such action must be brought promptly (generally within 3 months).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.4.2014