Opportunity

Vehicle Racking Solutions

  • Bournemouth Christchurch and Poole Council

F02: Contract notice

Notice reference: 2024/S 000-013577

Published 26 April 2024, 12:01pm



Section one: Contracting authority

one.1) Name and addresses

Bournemouth Christchurch and Poole Council

BCP Council, Civic Centre, Bourne Avenue

Bournemouth

BH2 6DY

Contact

Procurement

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

NUTS code

UKK24 - Bournemouth, Christchurch and Poole

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.supplyingthesouthwest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplyingthesouthwest.org.uk/

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 Racking Solutions

Reference number

DN721425

two.1.2) Main CPV code

  • 50117100 - Motor vehicle conversion services

two.1.3) Type of contract

Services

two.1.4) Short description

BCP Council requires racking services for its fleet of vans and other vehicles. The services include but are not limited to the following:

• Roof rack,

• Ladder rack,

• Pipe tubes,

• Tool vaults,

• Lighting,

• Lashing strap kits

The Council runs a fleet of approximately 350 vehicles, ranging from small car derived vans up to 7.5T tippers. The majority of these vehicles have racking requirements. The Councils runs a replacement programme for vehicles; therefore, racking will be required as and when fleet replacements are undertaken.

The requirement is for both the supply only, and the supply and installation of vehicle racking systems.

two.1.5) Estimated total value

Value excluding VAT: £490,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

BCP Council requires racking services for its fleet of vans and other vehicles. The services include but are not limited to the following:

• Roof rack,

• Ladder rack,

• Pipe tubes,

• Tool vaults,

• Lighting,

• Lashing strap kits

The Council runs a fleet of approximately 350 vehicles, ranging from small car derived vans up to 7.5T tippers. The majority of these vehicles have racking requirements. The Councils runs a replacement programme for vehicles; therefore, racking will be required as and when fleet replacements are undertaken.

The requirement is for both the supply only, and the supply and installation of vehicle racking systems.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £490,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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.2.14) Additional information

Please do not contact any officer/team named on this notice or the documentation. All

documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any

expressions of interest must be made through this portal unless otherwise instructed. You

will need to register on the site to submit a bid. Registering is free.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please note that if a bid is received from a consortium or from two suppliers then words will

be added to the contract to enable suppliers to be held liable for performance individually or

jointly (joint and several liability).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

29 May 2024

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

29 May 2024

Local time

2:00pm


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

The Royal Courts of Justice, Strand

London

WCA 2LL

Country

United Kingdom