Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Norfolk County Council
Room 117, County Hall, Martineau Lane
For the attention of: Che Metcalf
NR1 2DH Norwich
UNITED KINGDOM
Telephone: +44 1603223918
E-mail:
Internet address(es):
General address of the contracting authority: www.norfolk.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:NCCT40556 - Fleet Maintenance
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Norfolk
NUTS code UKH13
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)To enable Norfolk County Council (the Council) to deliver its highway related services it operates a fleet of vehicles comprising mainly Heavy Goods Vehicles from 3.5 tonne to 18 tonne. The Council has a duty to ensure there are acceptable arrangements for maintaining its vehicles in a fit and serviceable condition. The current arrangements for fleet maintenance are coming to an end and the Council is seeking a provider(s) to provide for future maintenance requirements.
The tender is divided into four Lots based on the locations of the Councils’ main highways depots. The geographical boundaries for each Lot and the vehicles covered by each area are detailed in the tender documents.
The maintenance of the winter fleet of vehicles is not included in this procurement.
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: yes
Tenders may be submitted for one or more lots
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 renewals
II.3)Duration of the contract or time limit for completionDuration in months: 107 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: North Area Vehicles1)Short descriptionThe exact geopgraphical area covered by this Lot is detailed in the tender documents. The Councils main Highway Depot for this Lot is based in Aylsham.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completionDuration in months: 107 (from the award of the contract)
5)Additional information about lots
Lot title: East Area Vehicles1)Short descriptionThe exact geopgraphical area covered by this Lot is detailed in the tender documents. The Councils main Highway Depot for this Lot is based in Caister.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completionDuration in months: 107 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: South Area Vehicles1)Short descriptionThe exact geopgraphical area covered by this Lot is detailed in the tender documents. The Councils main Highway Depot for this Lot is based in Ketteringham.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completionDuration in months: 107 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: West Area Vehicles1)Short descriptionThe exact geopgraphical area covered by this Lot is detailed in the tender documents. The Councils main Highway Depot for this Lot is based in Kings Lynn.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completionDuration in months: 107 (from the award of the contract)
5)Additional 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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:As given in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:As given in the tender documents.
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 registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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:NCCT40556
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate12.3.2014
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: 12.3.2014
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 informationThe initial contract length is 5 years. At the Councils discretion the contract may be extended by up to an additional 2 years, subject to satisfactory performance and availability of funding, may be granted at the end of the initial contract term, and up to an additional 2 years (at the Councils discretion) at the end of the first extension.
This procurement will be managed electronically via the Councils procurement system. To participate in this procurement, Applicants must first be registered on the procurement 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 view the procurement under the tenders section and express an interest. If you encounter any difficulties whilst using the system you can contact the support team by phoning +44 8442728810 or e-mailing .
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Public Contracts Regulations 2006 (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 EN Standard form 02 - Contract notice 12 / 19
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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:31.1.2014