Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Sunderland City Council
Corporate Procurement, PO Box 106, Civic Centre, Burden Road
For the attention of: Andrew Raft
SR2 7DN Sunderland
UNITED KINGDOM
Telephone: +44 1915611771
E-mail:
Fax: +44 1915531090
Internet address(es):
General address of the contracting authority: www.sunderland.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Managed Imprest Stock Stores Service.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Within, or 5 miles from the boundaries of Sunderland City Council.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)Sunderland City Council require a supplier capable of providing.
a supplier financed imprest stock service for vehicle spare parts, accessories and consumables. The contract is for a fully supported service including sourcing, supplying of parts at the Councils workshop and associated services. The supplier must be able to supply the full range of parts for the repair of and maintenance of the Council's fleet, including refuse, roads and grounds maintenance vehicles, small plant and tools, and personal protective equipment
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionin days: 90 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:As stated within the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Within 30 days of council's receipt of supplier invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Joint and several liability.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: As included in the tender documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As included in the tender documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As included in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 12.4.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate12.4.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 12.4.2013 - 12:00
Place:
Civic Centre, Burdon Road, Sunderland, SR2 7DN
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Member of Sunderland City Counciland a representative of Head of Law and Governance.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresThe Council of the City of Sunderland
Civic Centre Burdon Road
SR2 7DN Sunderland
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedThe Council of the City of Sunderland
Corporate Procurement Teresa Palmer Civic Centre Burdon Road
SR2 7DN Sunderland
UNITED KINGDOM
VI.5)Date of dispatch of this notice:12.3.2013