Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Town Hall,Ramsden Street,
Huddersfield
HD1 2TA
Contact
Victoria Illingworth
Victoria.Illingworth@Kirklees.gov.uk
Telephone
+44 1484221000
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
National registration number
GB184352457
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44109&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44109&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Vehicle Body Repair and Refurbishment
Reference number
KMCTS-007
two.1.2) Main CPV code
- 50112110 - Body-repair services for vehicles
two.1.3) Type of contract
Services
two.1.4) Short description
Framework Agreement for Vehicle Body Repair and Refurbishment for Kirklees Council. Fleet is approximately 850 vehicles that vary in type and size.
This is split into 2 Lots;
Lot 1 Repair of Cars and Light Commercial Vehicles up to and including 7.5 tonne
Lot 2 Repair of Heavy Commercial Vehicles over 7.5 tonnes
two.1.5) Estimated total value
Value excluding VAT: £560,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 Repair of Cars and Light Commercial Vehicles up to and inc 7.5 tonnes
Lot No
1
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50112110 - Body-repair services for vehicles
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
- UK - United Kingdom
two.2.4) Description of the procurement
Vehicle Body Repair and Refurbishment of Cars and Light Commercial Vehicles up to and including 7.5 tonne
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Repair of Heavy Commercial Vehicles over 7.5 tonnes
Lot No
2
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50112110 - Body-repair services for vehicles
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
- UK - United Kingdom
two.2.4) Description of the procurement
Framework Agreement for Vehicle Body Repair and Refurbishment of Heavy Commercial Vehicles over 7.5 tonnes
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £60,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
See Section 4 of the SQ (available to download at https://yortender.eu-supply.com
Economic operators must be able to submit either a copy of the audited accounts for the
most recent two (2) years if requested. If it cannot, then it must provide either:
a) a statement of the turnover, Profit and Loss Account/ Income Statement, Balance
Sheet/Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation;
b) a statement of the cash flow forecast for the current year and a bank letter outlining the
current cash and credit position; or
c) alternative means of demonstrating financial status if any of the above are not available
(e.g. forecast of turnover for the current year and a statement of funding provided by the
owners and/or the bank, charity accruals accounts or an alternative means of demonstrating
financial status).
Economic operators must also confirm whether or not they are part of a wider group (e.g. a
subsidiary of a holding/parent company), and if so must provide confirmation of:
a) the name of the organisation;
b) the relationship to the economic operator completing the SQ; the organisation's company
accounts (if available); and confirmation on whether or not this organisation would be willing
to provide a guarantee if necessary, and if not would the economic operator be able to obtain
a guarantee elsewhere (e.g. from a bank)
Insurance -
See Section 8.1 of the SQ (available to download at: https://yortender.eu-supply.com
Economic operators are asked to self-certify whether they already have, or can commit to
obtain, prior to the commencement date of the Contract, the levels of insurance cover
indicated below:
a) Employer's (Compulsory) Liability Insurance £10,000,000 (in relation to any one claim or
series of claims);
b) Public Liability Insurance, including Product Liability Insurance £10,000,000 (in
relation to any one claim or series of claims); and
Finance
See Section 4 of the Selection Questionnaire (available to download at https://yortender.eu-supply.com
The rationale applied will be economic operators being able to supply any one of the
documents listed in Section 4.1 (a) to (c) in order to demonstrate financial standing as
requested under Section 4 of the SQ. Failure by an economic operator to supply on request
either a copy of the audited accounts for the most recent two (2) years or any one of the document listed in (a) - (c) in Section 4.1 of the SQ may also result in exclusion. Further, any answers which leads the contracting authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the economic operator's ability to properly perform the Contract) that it would be inappropriate to select the economic operator on this occasion may result in exclusion.
In addition, if an economic operator indicates in Section 5 of the SQ that its parent
or holding company is prepared to guarantee the performance of the economic operator's
company, the information provided in response to Sections 5.1 to 5.3 will be used in the
financial assessment of the economic operator.
Insurance -
See 8.1 of the SQ (available to download at: https://yortender.eu-supply.com
Failure to indicate 'Yes' to any of the required insurances stated in Section 8.1 will result in
exclusion.
three.1.3) Technical and professional ability
List and brief description of selection criteria
List and brief description of selection criteria:
Relevant experience
Economic operators are asked to provide examples of relevant experience in accordance
with the requirements set out within Section 6 of the SQ (available to download at: https://yortender.eu-supply.com
Pass - The Candidate has provided EITHER:
a) at least one example of a previous contract that meets the minimum requirements set out
in Section 6, and demonstrates to the reasonable satisfaction of the contracting authority
that the economic operator possesses the relevant general technical expertise and
professional experience to be entrusted with this Contract;
OR
b) a satisfactory reason as to why the economic operator is unable to provide any examples
of previous contracts that are relevant to the contracting authority's requirements under the
Contract, and that meets the minimum requirements set out in Section 6.3 of the SQ.
HOWEVER, economic operators are asked to note that:
c) If economic operators need to use more than one example to demonstrate that they
possess the relevant general technical expertise and professional experience, they may do
d) The contracting authority reserves the right to confirm the accuracy of any information
provided in response to Section 6 of the SQ with any named customer contact(s). Any
replies from any named customer contact(s)which lead the contracting authority, acting
reasonably, to doubt any significant representations made in the economic operator's
responses to Section 6 may result in exclusion.
Fail - The economic operator:
a) has failed to provide any examples of any previous contracts in response to Section 6 of
the SQ;
AND
b) has failed to provide a satisfactory reason as to why they were unable to provide any
examples;
c) the examples given in response to Section 6 of the SQ do not demonstrate to the
reasonable satisfaction of the contracting authority that the economic operator possesses
the relevant general technical expertise and professional experience to be entrusted this
Contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 April 2022
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 April 2022
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators. This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.