CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Bassetlaw District Council |
Queen's Building, Potter Street |
Worksop |
S80 2AH |
UK |
Mr Howard Lane |
+44 1909533449 |
howard.lane@bassetlaw.gov.uk |
+44 1909501246 |
https://www.eastmidstenders.org
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityCars, light commercial vehicles up to 3 500 kg GVW and mini buses. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Nottinghamshire, Derbyshire, East Midlands.
UKF1 |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement48 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement10 000 00020 000 000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Bassetlaw District Council is acting as lead buyer for a Consortium including Ashfield District Council, Bolsover District Council, Bassetlaw District Council, Broxtowe Borough Council, Derby City Council, Derbyshire Dales District Council, Erewash Borough Council, Gedling Borough Council, Mansfield District Council, Newark and Sherwood District Council, North East Derbyshire District Council, Nottingham City Council and Rushcliffe Borough Council. Nottingham City Homes have expressed an interest in accessing the framework, possibly within the next 2 years on expiry of their existing contractual commitments.
Although the Contracting Authority for the purposes of this procurement is Bassetlaw District Council, one or more other local authorities within the East Midlands region (see http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1) other than those already named above may choose to access the concluded contract. This shall not create any obligation on behalf of any of them to do so.
The named authorities participating in this joint tender exercise have previously entered into similar arrangements for meeting their various needs in respect of diesel-powered commercial vehicles up to 3 500 kg GVW. By collaborating in this latest contract their intention is to continue to reduce whole life costs, improve environmental impact with reference to EU Directive 2009/33/EC and improve maintenance and support through standardisation. The Consortium's preference is to establish a framework whereby all of the vehicle types specified in the tender documentation can be sourced through a single regional mainline dealership fully supported by the relevant vehicle manufacturer. However we reserve the right to accept tenders for specific vehicles from more than one dealership if this results in a more economically advantageous outcome. We reserve the right to cancel the procurement process at any time without compensation. Each of the participating Councils will award contracts separately and day-to-day transactions under the framework agreement will be conducted between the appointed contractor(s) and the particular Council(s) concerned.
The requirement is for the supply of Cars, light commercial vehicles as follows: diesel-powered small panel vans (up-to 2 000 kg GVW), diesel-powered vans, chassis cabs (single and double crew cabs) and minibuses (up to 3 500 kg GVW).
Successful suppliers will be responsible for managing and controlling the complete supply chain from vehicle manufacturer through to the supply and delivery of standard production and converted vehicles to Consortium members and the provision of Services, including after-sales support and the supply of vehicle parts.
It is anticipated that the framework agreement resulting from this joint procurement exercise will be awarded during Q1/2015, with exact call-off dates to be agreed with each of the participating authorities depending on their local needs.
The framework agreement will be awarded for an initial period of 2 years, with an option to extend by a further 2 separate periods of 12 months.
It is estimated that the Consortium will collectively call off between 500 and 600 vehicles over the 4-year period of the framework. It should be noted, however, that this information is supplied by way of background and the Consortium gives no guarantee and accepts no liability as to the future volume of potential business that may be placed with a contractor.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34100000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
 |
|
 |
|
 |
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeIt is estimated that the Consortium will collectively call off approximately 500-600 vehicles over the next 4 years with an estimated total value of between GBP 8 500 000 and GBP 10 500 000. |
|
|
II.2.2)
|
OptionsA framework agreement will be awarded for an initial period of 2 years, with the option to extend by a further 2 separate periods of 12 months. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion48 |
Section III: Legal, Economic, Financial and Technical Information
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Any supplier may be disqualified who:
(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 judgement 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 26.5.1972 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 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
As specified in the Invitation to Tender document.
|
III.2.2)
|
Economic and financial capacity
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
As specified in the Invitation to Tender document.
|
III.2.3)
|
Technical capacity
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(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;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
As specified in the Invitation to Tender document.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
BDCT 14-002
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 09-02-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
9-2-2015
12:30
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Refer to Section VI.4.2 |
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
Bassetlaw District Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated by electronic means to tenderers. The standstill notice will include:
(a) the criteria for the award of the contract;
(b) the full reasons for the award decision (including the characteristics and relative advantages of the successful tender);
(c) the identity of the successful tenderer;
(d) the score obtained by the economic operator which is to receive the notice and the score obtained by the economic operator to be awarded the contract and
(e) when the standstill period is expected to end or the date before which the Council will not enter into the contract.
The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into. Regulation 47D(2) of the Public Contracts (Amendment) Regulations 2009 require any proceedings to be commenced within 30 days, beginning with the date when the claimants became aware that they could make a claim or ought to have been so aware.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 16-12-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
|
|
|
|
|
|
|
|
|
|
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
|
|
|
|
|
|
|
|
|
|
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
|
|
|
|
|
|
|
|
|
|
|
|
ANNEX B
Information About Lots
|
1
Purchse of Cars and Light Commercial Vehicles |
1)
|
Short Description
I Cars, People Carriers, 4x4 Vehicles, SUVs,
ii Car-derived Vans,
iii Small Panel Vans, up to 2 000 kg GVW,
iv Panel Vans up to 3 500 kg GVW,
v Chassis Cabs (single and double crew cabs) up to 3 500 kg GVW.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34100000 |
|
|
|
|
|
3)
|
Quantity or scope
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
Purchase of Mini Buses |
1)
|
Short Description
Mini buses for 8, 11, 16 seated passengers plus driver, including wheel-chair accessible versions with lift capable of accommodating 3, 4, 5 wheel chair passengers.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34100000 |
|
|
|
|
|
3)
|
Quantity or scope
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|