DVSA has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Weighbridge Repair, Maintenance and Calibration |
Notice type: | Contract Notice |
Authority: | DVSA |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The contract, which involves both civil and mechanical engineering and administration work will comprise; I. Routine maintenance, 6 monthly calibration including verification by Trading Standards of the weighbridge network. II Breakdown attendance and repair service, including parts where necessary. III. Surveying of weighbridge and weighpad level areas. IV. Maintenance and repair of concrete approach and exit levels. V. Construction of new weighbridge and weighpad installations. VI. Ad hoc civil engineering or surveying works at DVSA sites. VII. Ad hoc use of test weight vehicle(s). The contract is envisaged to be awarded 17th November 2015. The contract will run for two years from the date of the award of contract with the option to extend for up to two additional periods of 1 year (a maximum of 4 years in total). |
Published: | 25/08/2015 09:25 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Driver and Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
Electronic Access URL: http://assets.dft.gov.uk/dvsa/028-002-0081-itt-pack.zip
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Other: Transport
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Weighbridge Repair, Maintenance and Calibration
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Weighbridge services. The contract, which involves both civil and mechanical engineering and administration work will comprise; I. Routine
maintenance, 6 monthly calibration including verification by Trading Standards of the weighbridge network. II Breakdown attendance and repair service, including parts where necessary. III. Surveying of weighbridge and weighpad level areas. IV. Maintenance and repair of concrete approach and exit levels. V. Construction of new weighbridge and weighpad installations. VI. Ad hoc civil engineering or surveying works at DVSA sites. VII. Ad hoc use of test weight vehicle(s).
The contract is envisaged to be awarded 17th November 2015. The contract will run for two years from the date of the award of contract with the option to extend for up to two additional periods of 1 year (a maximum of 4 years in total).
II.1.6)Common Procurement Vocabulary:
63712500 - Weighbridge services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The initial estimated value of this contract is up to GBP £800,000 per annum but this may be substantially less as the number of sites is likely to decrease over the life of the contract.
Estimated value excluding VAT:
Range between: 2,500,000 and 3,500,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 17/11/2015
Completion: 16/11/2017
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:
Bidders will be advised if this is necessary during the procurement. Guarantees of performance and financial liability may be required by the Authority if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See ITT pack for consortia arrangements.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
See attachment 2a (pre-evaluation questionnaire) for details.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
See attachment 2a (pre-evaluation questionnaire) for details.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
See attachment 2a (pre-evaluation questionnaire) for details.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal 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 procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The 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 auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 028/002/0081
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 09/10/2015
Time: 11:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Date: 09/10/2015
Time: 11:00
Place:
DVSA, The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=156923423
GO-2015825-PRO-6976398 TKR-2015825-PRO-6976397
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Driver and Vehicle Standards Agency
Procurement Branch, The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
DVSA
Procurement Branch, The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
VI.5) Date Of Dispatch Of This Notice: 25/08/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Nottingham: Weighbridge services.
I.1)Name, Addresses and Contact Point(s):
Driver and Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
Electronic Access URL: http://assets.dft.gov.uk/dvsa/028-002-0081-itt-pack.zip
I.2)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The 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: Weighbridge Repair, Maintenance and Calibration
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 1
Region Codes: UK - UNITED KINGDOM
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Weighbridge services. The contract, which involves both civil and mechanical engineering and administration work will comprise; I. Routine
maintenance, 6 monthly calibration including verification by Trading Standards of the weighbridge network. II Breakdown attendance and repair service, including parts where necessary. III. Surveying of weighbridge and weighpad level areas. IV. Maintenance and repair of concrete approach and exit levels. V. Construction of new weighbridge and weighpad installations. VI. Ad hoc civil engineering or surveying works at DVSA sites. VII. Ad hoc use of test weight vehicle(s).
The contract is envisaged to be awarded 17th November 2015. The contract will run for two years from the date of the award of contract with the option to extend for up to two additional periods of 1 year (a maximum of 4 years in total).
II.1.5)Common procurement vocabulary:
63712500 - Weighbridge services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Lowest offer: 2,500,000 /Highest offer: 3,500,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 40
Quality - 60
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 028/002/0081
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 15/12/2015
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Axle Weight Technology Ltd
Postal address: Axtec House, Picow Farm Road
Town: Runcorn
Postal code: WA7 4UN
Country: United Kingdom
Email: admin@axtec.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 2,500,000
Currency: GBP
Total final value of the contract
Lowest offer: 2,500,000 /Highest offer: 3,500,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=181993984
GO-201617-PRO-7545213 TKR-201617-PRO-7545212
VI.3.1)Body responsible for appeal procedures:
Driver and Vehicle Standards Agency
Procurement Branch, The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
DVSA
Procurement Branch, The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
VI.4)Date Of Dispatch Of This Notice: 07/01/2016