Vehicle Maintenance and Repair Service Plymouth
PCH are looking to enter into a contract with a Service provider who is able to service, repair and maintain approximately 170 commercial vehicles.
United Kingdom-Plymouth: Repair and maintenance services of motor vehicles and associated equipment
2016/S 046-076198
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Plymouth Community Homes Ltd
Plumer House, Tailyour Road, Crownhill
For the attention of: Amanda Greenall
PL6 5DH Plymouth
UNITED KINGDOM
Telephone: +44 1752388402
E-mail: pch.purchasing@plymouthcommunityhomes.co.uk
Internet address(es):
General address of the contracting authority: http://www.plymouthcommunityhomes.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
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 UKK41
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)
The contract has an estimated value of approx. 100 000 GBP per annum in total, subject to business requirements.
A full list of services is included in the document. Services will include servicing, maintenance, MOTs, repairs, breakdown and recovery services, safety inspections, tail lift and LOLER inspections. The work must be undertaken by one garage within the Plymouth boundary to reduce fleet mileage, carbon emissions and operative down time, carried out mainly out of hours. The suppliers will be selected according to the criteria set out in the Invitation to Tender based on service and availability, quality and pricing offered in the proposal.
II.1.6)Common procurement vocabulary (CPV)
50110000, 50111000, 50116200, 50116300, 50116400, 50112000, 50112100, 50112200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
A full list of services is included in the document. Services will include servicing, maintenance, MOTs, repairs, breakdown and recovery services, safety inspections, tail lift and LOLER inspections. The work must be undertaken by one garage within the Plymouth boundary to reduce fleet mileage, carbon emissions and operative down time, carried out mainly out of hours. The suppliers will be selected according to the criteria set out in the Invitation to Tender based on service and availability, quality and pricing offered in the proposal.
Estimated value excluding VAT:
Range: between 500 000 and 1 000 000 GBP
II.2.2)Information about options
Description of these options: PCH intends to enter into contract with one supplier for the duration of 3 years, with the option to extend for a further 2 years subject to annual review at PCH’ sole discretion, based on performance, price and business objectives.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
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.1.1)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: The successful contractor may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and the employment of small and medium enterprises. Accordingly, the contract performance conditions will relate in particular to social and environmental considerations.
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: As set out in the tender document.
III.2.3)Technical capacity
Applicants will be required to complete a tender consistent with the provisions of Directive 2004/18/EC. The tender is available from the address set out at I.1 and must be returned by the date set out at IV.3.4.
Minimum level(s) of standards possibly required:
As set out in the tender document.
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
IV.2.2)Information about electronic auction
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
in writing from a candidate as to why it was not successful, PCH is required to provide additional information to the candidate.
That information must be provided at least three (3) working days before the expiry of the ten (10) days’ standstill period (though the standstill period may be extended if it is not possible to provide the information in time). Requests for additional information should be sent to the contact at section 1.1. An aggrieved candidate who claims that
it has suffered or risked loss or damage as a result of breach by PCH of its duties under the Public Contracts Regulations 2006 may take proceedings in the High Court. Any such proceedings must be brought promptly and in any event within three (3) months from the date on which grounds for bringing proceedings first arose (the Court has a discretion to extend the period for good reason).
VI.4.3)Service from which information about the lodging of appeals may be obtained
Office of Government Commerce
Rosebery Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
E-mail: servicedesk@ogc.gsi.gov.uk
Telephone: +44 8450004999
VI.5)Date of dispatch of this notice: