Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Norfolk County Council
County Hall, Martineau Lane
Norwich
NR1 2DH
UK
E-mail: sourcingteam@norfolk.gov.uk
NUTS: UKH15
Internet address(es)
Main address: www.norfolk.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/norfolkcc/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/norfolkcc/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Vehicle Bodywork and Mechanical Repair Framework - 2024
Reference number: NCCT42837
II.1.2) Main CPV code
50110000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council is seeking to enter into a framework agreement with suitable contractors for bodywork and mechanical repair of its vehicles, resulting from accidents or other incidents. The Council operates a fleet of light commercial vehicles, minibuses and cars in excess of 1500, of which approximately 250 are minibuses. The fleet of heavy commercial vehicles includes Dustcarts, Gritters, Fire Engines, Coaches, and Trucks and numbers approximately 450 vehicles.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Cars and light commercial vehicles (including hybrid and electric vehicles) up to 7.5 tonnes GVW
II.2.2) Additional CPV code(s)
50110000
II.2.3) Place of performance
NUTS code:
UKH17
UKH16
UKH15
Main site or place of performance:
Norfolk
II.2.4) Description of the procurement
The Council wishes to enter into a framework agreement with suitable contractors for bodywork and mechanical repair of its vehicles, resulting from accidents or other incidents. Lot 1 is for cars and light commercial vehicles (including hybrid and electric vehicles) up to 7.5 tonnes GVW.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/05/2024
End:
16/05/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The duration give in II.2.7 above represents the full duration of the framework. The initial term of the framework is 24 months. Subject to agreement by both parties, the framework may be extend by a period or periods of up to 24 months. In any event the framework may not be extended beyond 16 May 2028.
Lot No: 2
II.2.1) Title
Heavy commercial vehicles over 7.5 tonnes GVW
II.2.2) Additional CPV code(s)
50110000
II.2.3) Place of performance
NUTS code:
UKH17
UKH16
UKH15
Main site or place of performance:
Norfolk
II.2.4) Description of the procurement
The Council wishes to enter into a framework agreement with suitable contractors for bodywork and mechanical repair of its vehicles, resulting from accidents or other incidents. Lot 2 is for heavy commercial vehicles over 7.5 tonnes GVW.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/05/2024
End:
16/05/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The duration give in II.2.7 above represents the full duration of the framework. The initial term of the framework is 24 months. Subject to agreement by both parties, the framework may be extend by a period or periods of up to 24 months. In any event the framework may not be extended beyond 16 May 2028.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 4
Justification for any framework agreement duration exceeding 4 years: The framework agreement will not exceed 4 years.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-001432
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/03/2024
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
04/03/2024
Local time: 10:02
Place:
Norwich
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The envisaged maximum number of participants to the framework agreement stated in Section IV.1.3 is 4 per Lot. Please note that there is no guarantee of work under the framework.This procurement will be managed electronically via the Council`s e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the `tenders` section and `express an interest` to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk.
VI.4) Procedures for review
VI.4.1) Review body
Norfolk County Council
Norwich
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Proceedings must be brought within 30 days from the date of knowledge (the date on which the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) unless the Court considers that there is good reason for extending the period within which proceedings may be brought, in which case the Court may extend that period up to a maximum of 3 months from the date of knowledge.
VI.5) Date of dispatch of this notice
01/02/2024