Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bassetlaw District Council
Queen's Building, Potter Street
Worksop
S80 2AH
UK
Contact person: Mr Howard Lane
Telephone: +44 1909533449
E-mail: howard.lane@bassetlaw.gov.uk
NUTS: UKF1
Internet address(es)
Main address: http://www.bassetlaw.gov.uk
Address of the buyer profile: http://www.bassetlaw.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.eastmidstenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.eastmidstenders.org
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
BDCT 17-0381 for the Supply of Vehicle & Plant Tyres and Associated Services.
Reference number: DN293820
II.1.2) Main CPV code
34350000
II.1.3) Type of contract
Services
II.1.4) Short description
A Consortium of Nottinghamshire & Derbyshire Local Authorities is seeking to establish a framework agreement in respect of vehicle/plant tyres and associated services. The Consortium, led by Bassetlaw District Council, is comprised of the following Councils whose vehicle fleets operate from depots located across Nottinghamshire & Derbyshire: Ashfield District Council; Bassetlaw District Council; Bolsover District Council; Broxtowe Borough Council; Chesterfield Borough Council; Derby City Council; Derbyshire Dales District Council; Erewash Borough Council; Gedling Borough Council; Mansfield District Council; Newark & Sherwood District Council; North East Derbyshire District Council; Nottingham City Council; and Rushcliffe Borough Council. Tenderers should note that although the contracting authority for the purposes of this procurement is Bassetlaw District Council, the framework agreement may be made available to other Councils and Public Bodies within the East Midlands region.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34351100
34352000
34352100
34352300
50116500
II.2.3) Place of performance
NUTS code:
UKF1
II.2.4) Description of the procurement
Collectively members of the Consortium have responsibility for approximately 2 500 vehicles, including but not limited to cars & car-derived vans, light commercial vehicles, HGVs including Refuse Freighters, minibuses, tractors, agricultural machinery, trailers, plant & equipment.
The successful Contractor will be expected to supply, fit and maintain all tyres on the respective Vehicle Fleets of each Consortium member. The Contractor will be responsible for any urgent remedial work required, including emergency call-outs to roadside and/or depot. It is a requirement that the Services be available to Consortium members on a 24/7 basis anywhere within the geographical area covered by the parties to the framework, although in reality the bulk of the Services will be executed during normal working hours.
II.2.5) Award criteria
Criteria below:
Quality criterion: Methodology for carrying out fleet checks and providing accurate & timely monthly fleet reports on all vehicles specified by individual Consortium members and quarterly Performance Monitoring Reports
/ Weighting: 12
Quality criterion: Methodology for recording/reporting on response times to emergency call-outs to roadside or depot by Council & for the Consortium to meet contractual KPIs
/ Weighting: 15
Quality criterion: Social Value
/ Weighting: 3
Cost criterion: Cost
/ Weighting: 70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/02/2018
End:
07/02/2022
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:
Yes
Description of options:
It is anticipated that the Framework Agreement will run for a period of two years from February 2018 with an option for 2 additional one-year extensions. Enactment of the one-year extensions will be dependent on the framework Supplier's performance throughout the primary two-year contract period and market and Client conditions at the time.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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 a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/11/2017
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
10/11/2017
Local time: 13:00
Place:
Bassetlaw District Council, Queen's Building, Potter Street, Worksop S80 2AH.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Bassetlaw District Council
Potter Street
Worksop
S80 2AH
UK
VI.5) Date of dispatch of this notice
10/10/2017