DVSA: Maintenance, Repair, Calibration and Supply of Haenni Portable Weighing Equipment

  DVSA has published this notice through Delta eSourcing

Notice Summary
Title: Maintenance, Repair, Calibration and Supply of Haenni Portable Weighing Equipment
Notice type: Contract Notice
Authority: DVSA
Nature of contract: Services
Procedure: Open
Short Description: The Road Transport Enforcement Division (RTE) of the Vehicle and Operator Services Agency (VOSA) wishes to contract out the maintenance, repair and calibration of its existing Haenni portable weighing equipment (comprising of weighpads, levelling mats, cables, consumables, processors and printers, etc), following the expiry of the existing agreement during September 2013. The agreement will also include the supply of origianl Henni parts for repairs and for various pieces of new equipment following loss or theft. The intention is to maintain the level of equipment that VOSA has at present. Note : It is very unlikely that any new equipment will be purchased, except for the exceptions detailed above, over the life of this agreement. There is no capital replacement plan and any new major equipment purchases will be subject to a separate procurement project.
Published: 16/05/2013 16:40

View Full Notice

UK-Bristol: Calibration services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Vehicle and Operator Services Agency
      Berkeley House, Croydon Street, Bristol, BS5 0DA, United Kingdom
      Tel. +44 1179543285, Fax. +44 1179543413, Email: nigel.bailey@vosa.gsi.gov.uk
      Contact: Commercial and Equipment Support, Attn: Nigel Bailey

      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: Maintenance, Repair, Calibration and Supply of Haenni Portable Weighing Equipment
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12
         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      

            Framework agreement with a single operator
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 500,000 and 750,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Calibration services. Repair and maintenance services. Repair, maintenance and associated services of vehicles and related equipment. Repair and maintenance services of motor vehicles and associated equipment. Repair and maintenance services of testing apparatus. Repair and maintenance services of measuring, testing and checking apparatus. Installation services of equipment for measuring, checking, testing and navigating. Installation services of testing equipment. Technical testing services. The Road Transport Enforcement Division (RTE) of the Vehicle and Operator Services Agency (VOSA) wishes to contract out the maintenance, repair and calibration of its existing Haenni portable weighing equipment (comprising of weighpads, levelling mats, cables, consumables, processors and printers, etc), following the expiry of the existing agreement during September 2013. The agreement will also include the supply of origianl Henni parts for repairs and for various pieces of new equipment following loss or theft. The intention is to maintain the level of equipment that VOSA has at present.

Note : It is very unlikely that any new equipment will be purchased, except for the exceptions detailed above, over the life of this agreement. There is no capital replacement plan and any new major equipment purchases will be subject to a separate procurement project.
         
      II.1.6)Common Procurement Vocabulary:
         50433000 - Calibration services.
         
         50000000 - Repair and maintenance services.
         
         50100000 - Repair, maintenance and associated services of vehicles and related equipment.
         
         50110000 - Repair and maintenance services of motor vehicles and associated equipment.
         
         50412000 - Repair and maintenance services of testing apparatus.
         
         50410000 - Repair and maintenance services of measuring, testing and checking apparatus.
         
         51200000 - Installation services of equipment for measuring, checking, testing and navigating.
         
         51230000 - Installation services of testing equipment.
         
         71632000 - Technical testing 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: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      This framework agreement will be for a period of four years. The estimated value for the four years is between GBR £500,000 and GBR £750,000. This framework agreement is primarily for the use of VOSA but it also available for use by other Contracting Authorities which make up the Department for Transport and its associated bodies, which includes its executive agencies. Additionally other Goverment Departments and Public Sector Bodies, that are publiclly funded, and other non-Departmental Public Bodies.
Should other parties use utilise this framework agreement it is not envisaged to exceed GBR £5,000,000. At the time of placing this advertisement VOSA has not received notification of interest from any other party.      
      
      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      
      Not Provided
   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:
      Not Provided
      
      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:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Subject to the Department for Tranport following terms and conditions :-

1. General Conditions of Contract for Services
2. Genreal Conditions of Contract for Goods and Associated Services      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      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: VOSA 016/005/3168      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 12/07/2013
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 19/07/2013
         Time: 12:00      
      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
         Duration in days: 120
      
      IV.3.8)Conditions for opening tenders
         Date: 19/07/2013
         Time: 14:00
         Place:
         VOSA, Bristol.
         Persons authorised to be present at the opening of tenders: No


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=60592005
GO-2013516-PRO-4810033 TKR-2013516-PRO-4810032
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 16/05/2013

ANNEX A

View any Notice Addenda

UK-Bristol: Calibration services.

Section I: Contracting Authority
   Title: UK-Bristol: Calibration services.
   I.1)Name, Addresses And Contact Point(s)
      Vehicle and Operator Services Agency
      Berkeley House, Croydon Street, Bristol, BS5 0DA, United Kingdom
      Tel. +44 1179543285, Fax. +44 1179543413, Email: nigel.bailey@vosa.gsi.gov.uk
      Contact: Commercial and Equipment Support, Attn: Nigel Bailey
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Maintenance, Repair, Calibration and Supply of Haenni Portable Weighing Equipment
      II.1.2)Short description of the contract or purchase:
      Calibration services. Repair and maintenance services. Repair, maintenance and associated services of vehicles and related equipment. Repair and maintenance services of motor vehicles and associated equipment. Repair and maintenance services of testing apparatus. Repair and maintenance services of measuring, testing and checking apparatus. Installation services of equipment for measuring, checking, testing and navigating. Installation services of testing equipment. Technical testing services. The Road Transport Enforcement Division (RTE) of the Vehicle and Operator Services Agency (VOSA) wishes to contract out the maintenance, repair and calibration of its existing Haenni portable weighing equipment (comprising of weighpads, levelling mats, cables, consumables, processors and printers, etc), following the expiry of the existing agreement during September 2013. The agreement will also include the supply of origianl Henni parts for repairs and for various pieces of new equipment following loss or theft. The intention is to maintain the level of equipment that VOSA has at present.

Note : It is very unlikely that any new equipment will be purchased, except for the exceptions detailed above, over the life of this agreement. There is no capital replacement plan and any new major equipment purchases will be subject to a separate procurement project.
      
      II.1.3)Common procurement vocabulary:
      50433000 - Calibration services.
      
      50000000 - Repair and maintenance services.
      
      50100000 - Repair, maintenance and associated services of vehicles and related equipment.
      
      50110000 - Repair and maintenance services of motor vehicles and associated equipment.
      
      50412000 - Repair and maintenance services of testing apparatus.
      
      50410000 - Repair and maintenance services of measuring, testing and checking apparatus.
      
      51200000 - Installation services of equipment for measuring, checking, testing and navigating.
      
      51230000 - Installation services of testing equipment.
      
      71632000 - Technical testing services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: VOSA 016/005/3168      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2013 - 107520
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 16/05/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction
Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice: Not Provided

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice:            
            Place of text to be added: THIS OJEU PROCEDURE IS BEING CANCELLED AND A NEW OJEU PROCEDURE WILL BE LAUNCHED SHORTLY IN REPLACEMENT.
            
            Text to be added: THIS OJEU PROCEDURE IS BEING CANCELLED AND A NEW OJEU PROCEDURE WILL BE LAUNCHED SHORTLY IN REPLACEMENT.

      VI.4)Other 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=61011525
GO-2013521-PRO-4818833 TKR-2013521-PRO-4818832

      VI.5)Date of dispatch: 21/05/2013

View Award Notice