Tender

Vehicle Body Repair and Refurbishment

  • Kirklees Council

F02: Contract notice

Notice identifier: 2022/S 000-006607

Procurement identifier (OCID): ocds-h6vhtk-032069

Published 10 March 2022, 3:39pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Town Hall,Ramsden Street,

Huddersfield

HD1 2TA

Contact

Victoria Illingworth

Email

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

http://www.kirklees.gov.uk

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.