Lincs Fire & Rescue: Lincolnshire Fire & Rescue Fleet Maintenance Service

  Lincs Fire & Rescue is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Lincolnshire Fire & Rescue Fleet Maintenance Service
Notice type: Contract Notice
Authority: Lincs Fire & Rescue
Nature of contract: Services
Procedure: Restricted
Short Description: Procurement Lincolnshire is seeking expressions of interest from suitably experienced suppliers for the provision of fleet maintenance services, which will focus on but not be limited to delivery of vehicle maintenance services for Lincolnshire Fire & Rescue. The contract solution will ensure the Authority complies with current legislation, certification, CFOA guidance and LFR best practice, whilst offering a level of service which maintains a fleet of vehicles and equipment on a 24/7 basis. The Contract will be let for an initial period of 5 years intended to commence on 1st April 2015 with the option to extend for two further period(s) of 2 years up to a maximum contract period of 9 years.
Published: 14/08/2014 14:01
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Lincoln: Repair, maintenance and associated services of vehicles and related equipment.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Procurement Lincolnshire
      c/o Lincolnshire County Council, Newland, Lincoln, LN1 1BA, United Kingdom
      Tel. +44 1522553673, Email: carl.miller@lincolnshire.gov.uk
      Contact: Carl Miller

      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:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   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: Lincolnshire Fire & Rescue Fleet Maintenance Service
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKF3 - Lincolnshire         
      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:
      Repair, maintenance and associated services of vehicles and related equipment. Vehicle-fleet management services. Fire engines. Vehicles for the emergency services. Firefighting vehicles. Procurement Lincolnshire is seeking expressions of interest from suitably experienced suppliers for the provision of fleet maintenance services, which will focus on but not be limited to delivery of vehicle maintenance services for Lincolnshire Fire & Rescue. The contract solution will ensure the Authority complies with current legislation, certification, CFOA guidance and LFR best practice, whilst offering a level of service which maintains a fleet of vehicles and equipment on a 24/7 basis. The Contract will be let for an initial period of 5 years intended to commence on 1st April 2015 with the option to extend for two further period(s) of 2 years up to a maximum contract period of 9 years.
         
      II.1.6)Common Procurement Vocabulary:
         50100000 - Repair, maintenance and associated services of vehicles and related equipment.
         
         50111100 - Vehicle-fleet management services.
         
         34144213 - Fire engines.
         
         34144200 - Vehicles for the emergency services.
         
         34144210 - Firefighting vehicles.
         

      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:
      Not Provided      
      
      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      
         Duration in months: 108 (from the award of the contract)

   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:
      A performance bond may be required.
      
      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: 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:
         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:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      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: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 4 and maximum number: 6   
   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: PL14.010      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2014/S 77 - 133473 of 18/04/2014
               
         Other previous publications: No                

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

      Date: 12/09/2014
      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: 15/09/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: Subject to contract extensions - between 2019 and 2023
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Lincoln:-Repair%2C-maintenance-and-associated-services-of-vehicles-and-related-equipment./7A3V843JZ3

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7A3V843JZ3
GO-2014814-PRO-5924562 TKR-2014814-PRO-5924561
   
   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: 14/08/2014

ANNEX A

View any Notice Addenda

View Award Notice