UK-Chelmsford: Repair and maintenance services of motor vehicles and associated equipment.

UK-Chelmsford: Repair and maintenance services of motor vehicles and associated equipment.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Chelmsford City Council
Civic Centre, Duke Street, Chelmsford, CM1 1JE, United Kingdom
Tel. +44 1245606485, Email: procurement@chelmsford.gov.uk, URL: www.chelmsford.gov.uk
Contact: Procurement, Attn: Chris Lay

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above

I.2)Type of the contracting authority:
Regional or local authority

I.3) Main activity:
General Public Services

I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Planned maintenance, supply & fitting of vehicle tyres
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1

Region Codes: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract

II.1.5)Short description of the contract or purchase:
Repair and maintenance services of motor vehicles and associated equipment. Tyres for heavy/light duty vehicles. The contract will consist of two categories of provision; (1) planned maintenance of the tyres of a 7.5 tonne GVW and over vehicle fleet; (2) supply, fitting and repair of tyres for vehicles below 7.5 tonnes GVW

II.1.6)Common Procurement Vocabulary:
50110000 - Repair and maintenance services of motor vehicles and associated equipment.

34350000 - Tyres for heavy/light duty vehicles.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Chelmsford City Council wishes to apppoint a single provider of the following services; (1) the planned maintenance of tyres for it's 7.5 tonne and over vehicle fleet on a monthly fee basis; (2) the supply, fit and maintenance of tyres on the vehicle fleet under 7.5 tonnes GVW on a pay per occasion basis with labour cost on a schedule of rates. All parties expressing interest will be provided with a full list of the current vehicles covered by the contract to facilitate accurate pricing.
the contract will be for 36 months with an option to extend for one or two periods of 12 months.
Estimated value excluding VAT: 400,000
Currency: GBP


II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: Range between: 1 to 2
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12

II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)

Information About Lots

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A bankers bond guaranteeing performance of the contract and an Ultimate Holding Company Guarantee may be required.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided to those invited to tender.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The authority will require that any contract awarded be entered into by a single legal entity on the part of the successful candidate.

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

Statement as to whether the company
(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 for compulsory winding up or
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 contracting 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 organisation, 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.

Assessment by means of Qualification Questionnaire
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(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 three 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 on these turnovers is available.

Information and formalities necessary for evaluating if requirements are met:
Financial information is required for each of the last TWO financial years. Assessment by means of Qualification Questionnaire

III.2.3)Technical capacity
Technical capacity - means of proof required
(b) a list of the principal deliveries effected or the main services provided in the past three 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 issued 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;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;

Information and formalities necessary for evaluating if requirements are met:
Assessment by means of Qualification Questionnaire
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open

IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2)Information about electronic auction:
An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: CL/TYRE/14
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

Date: 25/04/2014
Time-limit for receipt of requests for documents or for accessing documents: 16:00
Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 09/05/2014
Time: 13:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English

IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 3

IV.3.8)Conditions for opening tenders
Not Provided

Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: Tender documentation will be sent on receipt of an email to procurement@chelmsford.gov.uk
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=92552632
GO-2014317-PRO-5533633 TKR-2014317-PRO-5533632

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Chelmsford City Council
Civic Centre, Chelmsford, CM1 1JE, United Kingdom
Tel. +44 1245606606

Body responsible for mediation procedures:
Chelmsford City Council
Civic Centre, Chelmsford, CM1 1JE, United Kingdom
Tel. +44 1245606606

VI.4.2)Lodging of appeals: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Chelmsford City Council
Civic Centre, Chelmsford, CM1 1JE, United Kingdom
Tel. +44 1245606606

VI.5) Date Of Dispatch Of This Notice: 17/03/2014

ANNEX A