Vehicle Stores Management and Parts Provision
The City of Bradford Metropolitan District Council (the Council) are seeking suitably experienced organisations to efficiently manage the stores facility and parts provision based within the Council’s vehicle workshop.
UK-Bradford: Repair, maintenance and associated services of vehicles and related equipment
2013/S 092-156965
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The City of Bradford Metropolitan District Council
Department of Environment & Sport, Fleet Services, Shearbridge Depot, Shearbridge Road
For the attention of: David McLaren
BD7 1PU Bradford
UNITED KINGDOM
Telephone: +44 1274433811
E-mail: david.mclaren@bradford.gov.uk
Internet address(es):
General address of the contracting authority: www.bradford.gov.uk
Address of the buyer profile: www.bradford.gov.uk/procurement
Electronic access to information: http://www.yortender.co.uk
Electronic submission of tenders and requests to participate: http://www.yortender.co.uk
Further information can be obtained from: Bradford Metropolitan District Council
http://yortender.alito.co.uk
Bradford
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bradford Metropolitan District Council
http://yortender.alito.co.uk
Bradford
UNITED KINGDOM
Tenders or requests to participate must be sent to: Bradford Metropolitan District Council
http://yortender.alito.co.uk
Bradford
UNITED KINGDOM
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: Bradford.
NUTS code UKE41
Fleet Services is responsible for the sourcing, supply and maintenance of a wide range of vehicles, plant and equipment for various departments within the Council and operates a 24 Hour, 7 Day service. The fleet currently comprises of approximately 1000 vehicles and items of plant with approximatley 25 manufacturers covering the majority of the fleet.
Maintenance and repair of the majority of vehicles is undertaken within the Council through a managed vehicle workshop based at Shearbridge Depot. The stores facility is integral to the efficient supply of parts and services required to complete maintenance and repair to Council vehicles. There is a dedicated stores facility based within the vehicle workshop at Shearbridge Depot.
The scope of this contract is to engage with an organisation to efficiently manage the stores facility based within the vehicle workshop. the key objectives and conditions of the contract are:
— Reduce the number of parts fitted to vehicles, using intelligence, knowledge and data through best practices, therefore reducing costs.
— Reduce downtime by maintaining the quality of stock commensurate with demand.
— Ensure footprint of the stores is kept to a minimum.
— Reduce administrative processes currently used.
— Management of stores in line with the needs of service.
— Update IT technologies which are compatible with corporate systems.
— Provide employees with ongoing training and support to ensure best practices are identified and used.
— Protect existing terms and conditions of staff in line with TUPE regulations.
— Ensure smooth transition of contract.
— Bring added value to the Council.
The estimated value of the contract, excluding VAT, is GBP 4 000 000 over the initial contract period. This is an indicative amount for information only and no guarantee of future value should be assumed. The contract will run from 1.9.2013 for an initial four years with an option, at the sole discretion of the Council, to extend for a further one year subject to satisfactory contract performance and the Council still having the need and funding for the contract.
Further detials of the requirements required and options available will be within the tender documents which will be made availabe via the regional tendering website http://yortender.co.uk. The details of how to access these are contained within section Vi.3) of this contract notice and any queries regarding this procurement should be made only reading these documents.
50100000, 34300000, 50111000, 34310000, 34320000, 34330000
Section III: Legal, economic, financial and technical information
Information and formalities necessary for evaluating if the requirements are met: Organisations will be required to complete the Invitation to tender (ITT) documents available from the e-tendering website used by the Council at https://yortender.co.uk together with other information which provides more explanation of the Council’s requirements along with instructions for completion and return of the ITT prior to the closing date of the tender.
As detailed in the ITT documents.
Section IV: Procedure
Prior information notice
Notice number in the OJEU: 2012/S 230-378868 of 29.11.2012
Place:
Room 112, City Hall, BRadford.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised Officers of the Council.
Section VI: Complementary information
Therefore the tender documents are to be downloaded from the Public Bulletin Board on https://yortender.co.uk, and completed and returned following the instructions in the document.
Although documents will be available for download up to the closing time and date for submissions, it is the bidders responsibility to ensure that they download the documents in ample time to ensure that they can be completed and returned, along with supporting documentation called for, prior to the closing time and date of this stage of the process.
If this is your first time using the system, please refer to the online user guide, which is available to assist you to register as a new user and download the document(s).
Body responsible for mediation procedures
See VI.4.2) below
Such additional information should be requested from the person stated in the contact details in section I.1) of this document.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006/5 (as amended)) provide for aggregated parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
See VI.4.2) above