Chelmsford City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Chelmsford City Council Tyre Supply Service – 2024 |
Notice type: | Contract Notice |
Authority: | Chelmsford City Council |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Chelmsford City Council are looking for a supplier that will provide tyres for our fleet vehicles. The successful supplier will meet all requirements outlined in the ITT document. |
Published: | 02/07/2024 11:55 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Chelmsford City Council
Civic Centre, Duke Street, Chelmsford, CM1 1JE, United Kingdom
Tel. +44 1245606776, Email: ben.glasson@chelmsford.gov.uk
Contact: Ben Glasson
Main Address: https://www.chelmsford.gov.uk/
NUTS Code: UKH3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/respond/A77433XCH8
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/A77433XCH8 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Chelmsford City Council Tyre Supply Service – 2024
Reference Number: Not provided
II.1.2) Main CPV Code:
34350000 - Tyres for heavy/light duty vehicles.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Chelmsford City Council are looking for a supplier that will provide tyres for our fleet vehicles. The successful supplier will meet all requirements outlined in the ITT document.
II.1.5) Estimated total value:
Value excluding VAT: 600,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: This tender covers two categories of vehicle that will need Tyres provided. The Services for vehicles 7.5 tonnes GVW and vehicles below 7.5 tonnes GVW.
The successful Contractor will be expected to supply, fit, and maintain the tyres on the Council’s Vehicle Fleets. It will be the Contractor’s responsibility, along with any appointed sub-contractor(s), to ensure that all vehicles have appropriate, roadworthy, and legally compliant tyres fitted at all times. For vehicles 7.5 Tonnes GVW and over new tyres must be fitted to steering axles.
As well as the routine inspection and maintenance described below, the Contractor will be responsible for any urgent remedial work required, including emergency call-outs to roadside and or depot. It is required that the Services be available to the Council 24 hours a day, 7 days a week, although in reality the bulk of the Services will be executed during normal working hours.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Company Structure / Weighting: 10
Quality criterion - Name: Provision of Information / Weighting: 5
Quality criterion - Name: Track Record - Experience / Weighting: 10
Quality criterion - Name: Environmental impact / Weighting: 5
Quality criterion - Name: Quality and Capacity of Service Provision / Weighting: 5
Quality criterion - Name: Added Value / Weighting: 5
Cost criterion - Name: Lowest Total Tyre replacement / Weighting: 30
Cost criterion - Name: Highest value per mm of Tread depth / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: + 1 year + 1 year.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See Tender pack.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/08/2024 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 05/08/2024
Time: 00:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=872464488
VI.4) Procedures for review
VI.4.1) Review body:
Chelmsford City Council
Civic Centre, Duke Street, Chelmsford, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 02/07/2024
Annex A