Vehicle Accident Repair Framework Wolverhampton
This procurement exercise is to appoint suitable providers to a Framework Agreement to provide Vehicle Accident Repair services for a 4 (four) year period from 1.5.2016 to 30.4.2020.
United Kingdom-Wolverhampton: Repair, maintenance and associated services of vehicles and related equipment
2016/S 032-051973
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Wolverhampton City Council
Civic Centre, St Peters Square
For the attention of: Mr Sean Hynes
WV1 1RL Wolverhampton
UNITED KINGDOM
Telephone: +44 1902554950
E-mail: sean.hynes@wolverhampton.gov.uk
Fax: +44 1902556556
Internet address(es):
General address of the contracting authority: http://www.wolverhampton.gov.uk
Address of the buyer profile: http://www.wolverhampton.gov.uk
Electronic access to information: http://www.wolverhamptontenders.com
Electronic submission of tenders and requests to participate: http://www.wolverhamptontenders.com
Further information can be obtained from: Wolverhampton City Council
Civic Centre, St Peters Square
For the attention of: Mr Sean Hynes
WV1 1RL Wolverhampton
UNITED KINGDOM
Telephone: +44 1902554950
E-mail: sean.hynes@wolverhampton.gov.uk
Fax: +44 1902556556
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Wolverhampton City Council
Civic Centre, St Peters Square
For the attention of: Mr Sean Hynes
WV1 1RL Wolverhampton
UNITED KINGDOM
Telephone: +44 1902554950
E-mail: sean.hynes@wolverhampton.gov.uk
Fax: +44 1902556556
Tenders or requests to participate must be sent to: Wolverhampton City Council
Civic Centre, St Peters Square
For the attention of: Mr Sean Hynes
WV1 1RL Wolverhampton
UNITED KINGDOM
Telephone: +44 1902554950
E-mail: sean.hynes@wolverhampton.gov.uk
Fax: +44 1902556556
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 1: Maintenance and repair services
NUTS code UKG35
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 50 000 and 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
50100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 50 000 and 200 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Minimum level(s) of standards possibly required: As set out in the Procurement Documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As set out in the Procurement Documents.
Minimum level(s) of standards possibly required:
Minimum level(s) of standards possibly required: As set out in the Procurement 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
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 2020.
VI.2)Information about European Union funds
VI.3)Additional information
Interest in this contract process should be expressed via the Council’s tendering portal www.wolverhamptontenders.com The Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only. The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their tender submissions. Under this procurement the contractor is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
VI.4.1)Body responsible for appeal procedures
Director of Governance
Wolverhampton City Council, Civic Centre, St Peters Square
WV1 1RL Wolverhampton
UNITED KINGDOM
E-mail: legal.support@wolverhampton.gov.uk
VI.5)Date of dispatch of this notice: