Provision of the HMRC "Cycle To Work" Scheme
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 1387260612
E-mail:
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 UK
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 2Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 120 000 GBPNOTE: 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=256562.
The awarding authority has indicated that it will accept electronic responses to this notice via a 'Tender Submission Postbox' facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=256562.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.34431000, 34432000
Description of these options: Initial agreement will be for two years. This may be extended by a further two x one year periods depending on satisfactory performance by the supplier(s), budget availability and the continuing availability of the scheme thgrough HMRC.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
Number of possible renewals: 2
Section III: Legal, economic, financial and technical information
(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 have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) 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
(9) 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.
Suppliers should note that before any invitation to tender is issued to them, they must first supply the information/declarations covered in this section and included in the Qualification Questionnaire attached to this notice. Based on the response to this Questionnaire the Council will then decide whether or not to invite suppliers to tender.
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Suppliers should note that before any invitation to tender is issued to them, they must first supply the information/declarations covered in this section and included in the Qualification Questionnaire attached to this notice. Based on the response to this Questionnaire the Council will then decide whether or not to invite suppliers to tender.
Minimum level(s) of standards possibly required: As stated in the Qualification Questionnaire attached to this notice.
In the event of a number of experienced suppliers sumitting the PQQ, a shorlist to a maximum of 7 suppliers will be drawn up to proceed to the next (ITT) stage. The shortlist will be created on the basis of previous experience, financial standing, capability and capacity as demonstrated in PQQ.
(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.
Suppliers should note that before any invitation to tender is issued to them, they must first supply the information/declarations covered in this section and included in the Qualification Questionnaire attached to this notice. Based on the response to this Questionnaire the Council will then decide whether or not to invite suppliers to tender.
Minimum level(s) of standards possibly required:
In the event of a number of experienced suppliers sumitting a Qualification Questionnaire, a shorlist to a maximum of 7 suppliers will be drawn up to proceed to the next (ITT) stage. The shortlist will be created on the basis of the criteria noted in the Qualification Questionnaire attached to this notice.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As noted in attached Qualification Questionnaire
Section VI: Complementary information
Estimated timing for further notices to be published: Four years from the start date of this agreement
(SC Ref:256562)