Vehicle Spares Tender
Tender for the provision of commercial vehicle and plant spares and components and associated services.
UK-Bootle: fleet management, repair and maintenance services
2012/S 72-119434
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Sefton Council
Central Procurement, The Town Hall, Trinity Road
For the attention of: Mr Chris Magee
L20 7AE Bootle
UNITED KINGDOM
Telephone: +44 1519344069
E-mail: chris.magee@sefton.gov.uk
Fax: +44 1519344579
Internet address(es):
General address of the contracting authority: www.sefton.gov.uk
Further information can be obtained from: The Chest
UNITED KINGDOM
Internet address: www.thechest.nwce.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Chest
UNITED KINGDOM
Internet address: www.thechest.nwce.gov.uk
Tenders or requests to participate must be sent to: The Chest
UNITED KINGDOM
Internet address: www.thechest.nwce.gov.uk
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: At two vehicle depots within the Metropolitan Borough of Sefton.
NUTS code UKD53
The period of contract is for 3 years with potential for up to two extensions, each extension comprising of one year duration, subject to satisfactory performance and pricing agreement.
Sefton Borough Council’s vehicle maintenance & fleet management section is responsible for the management and maintenance of a substantial mixed fleet of vehicles and plant, currently totalling some 280 vehicles. The fleet operates in support of a wide range of public services, including refuse collection, street cleansing, parks & landscape, environmental services, catering services, school crossings, specialist transport, social care and education.
Fleet management and maintenance is delivered principally through the Council’s workshop facilities at Hawthorne Road Depot, Bootle, and Forest Road, Southport.
50111000
The period of contract is for three years with potential for up to two extensions, each extension comprising of one year duration, subject to satisfactory performance and pricing agreement.
Estimated value excluding VAT:
Range: between 2 000 000 and 2 500 000 GBP
Description of these options: Two optional period each of one year are available at the end of the core 3 year period.
Provisional timetable for recourse to these options:
in months: 30 (from the award of the contract)
Section III: Legal, economic, financial and technical information
(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 similar 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 May 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;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
All applicable areas are questioned within the ITT docuement.
Information and formalities necessary for evaluating if requirements are met:
A financial assessment will be undertaken by an Auditor of the Authority using copis of accounts provided.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied:
(i) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request;
(ii) Certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Section IV: Procedure
Payable documents: no
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Officers of the Council’s Legal Department.
Section VI: Complementary information
Estimated timing for further notices to be published: 3 to 5 years
VI.5)Date of dispatch of this notice:11.4.2012