Vehicle Valeting Services.
Contract notice
Services
Section I: Contracting authority
Dumfries and Galloway Council
Council Headquarters, English Street
Contact point(s): Procurement Team
For the attention of: Charlie Ranstead
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
Internet address(es):
General address of the contracting authority: http://www.dumgal.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
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)
Section II: Object of the contract
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Throughout Dumfries & Galloway Region.
NUTS code UKM32
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 3It is envisaged that this will be an agreement with more than one supplier due to the geographical nature of the area but this will be at the discretion of Dumfries and Galloway Council.
Lot One will include postcodes DG 8,9
Lot Two will include postcodes DG 5,6,7
Lot Three will include postcodes DG 1,2,3,4,
Lot Four will include postcodes DG 10,11,12,13,14,16
It should be noted that TUPE may apply
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=252113.
50112300
Tenders may be submitted for one or more lots
Description of these options: The initial contract(s) will be for three years which may be extended by a further two periods of one year each depending on supplier's satisfactory performance and budget availability.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Vehicle Valeting Services for DG8 and DG950112300
50112300
50112300
50112300
Section III: Legal, economic, financial and technical information
Description of particular conditions: Bidders will be required to complete a qualification questionnaire as part of their tender. Responses to this questionnaire will determine whether suppliers proceed to the next stage. full details are set out in the Invitation To Tender.
There is a contract currently in place for this service and the Council is of the view that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) may apply.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
As identified in the Invitation To Tender documents.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
As identified in the Invitation To Tender documents attached to this notice.
Minimum level(s) of standards possibly required: As identified in the Invitation To Tender documents attached to this notice.
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(3) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(5) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
As identified in the Invitation To Tender documents attached to this notice.
Minimum level(s) of standards possibly required:
As identified in the Invitation To Tender documents attached to this notice.
Section IV: Procedure
Place:
Legal Services, English Street, Dumfries, DG1 2DD.
Persons authorised to be present at the opening of tenders: yesAdditional information about authorised persons and opening procedure: Authorised Legal Services Staff.
Section VI: Complementary information
Estimated timing for further notices to be published: Five years from this notice.
(SC Ref:252113)