Back to tenders & grants page
6 Seat MPV Wheel Chair Conversion Transport & Logistics, Automotive 6 Seat MPV Wheel Chair Conversion
Receive Tenders like this by email

6 Seat MPV Wheel Chair Conversion

6 Seat MPV Wheel Chair Conversion has been closed on 08 Nov 2021. It no longer accepts any bids. For further information, you can contact the East Dunbartonshire Council

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

East Dunbartonshire Council

Industry:

Transport & Logistics

Automotive

Status:

Closed

Timeline

Published:

08 Oct 2021

Deadline:

08 Nov 2021

Value:

Not available

Contacts

Phone:

+44 1415745750

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT430042

Contract Notice (below OJEU threshold)

Section I: Contracting authority

I.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

UK

Telephone: +44 1415745750

E-mail: [email protected]

Fax: +44 1415745529

NUTS: UKM81

Internet address(es)

Main address: http://www.eastdunbarton.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225

I.3) Communication

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

https://www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

6 Seat MPV Wheel Chair Conversion

Reference number: EDC/2021/3215

II.1.2) Main CPV code

34100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

6 Seat People Carrier converted to mobility specification suitable for one wheelchair passenger - number required is 5

II.1.5) Estimated total value

Value excluding VAT: 140 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34100000

34114000

34115200

34144000

50117100

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

Hilton Depot, Bishopbriggs

II.2.4) Description of the procurement

6 Seat People Carrier converted to mobility specification suitable for one wheelchair passenger; Number required x5

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 140 000.00  GBP

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

Duration in months: 6

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established i.e. companies house

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders must respond to SPD Questions 4B.1.2, 4B.1.3, 4B3, 4B.5.1, 4B.5.2, 4B.5.3


Minimum level(s) of standards required:

The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:

Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing

Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.

Minimum level(s) of standards required:

4B.1.2 Bidders will be required to have an average yearly turnover of 200,000 GBP over the past 3 years.

4B.3 In the case that turnover information is not available for the given period please state the date on which the bidder was set up or started trading.

4B.5.1, 4B.5.2 and 4B.5.3. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employers Liability – 10,000,000 GBP each and every claim and in the annual aggregate

Public Liability – 5,000,000 GBP each and every claim and in the annual aggregate

Product Liability - 5,000,000 GBP each and every claim and in the annual aggregate

Unlimited in respect of liability for death / injury.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders must respond to SPD Questions 4C.1


Minimum level(s) of standards required:

4C.1. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the supplies as described in the Contract Notice or the relevant section of the Site Notice. A minimum of two Contracts of a similar scope and nature which have successfully delivered in the last three years.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/11/2021

Local time: 12:00

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

EN

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

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 01/11/2021

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=670061.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:670061)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=670061

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Clerks Office

Po Box 23, 1 Charlton Place

Glasgow

G5 9DA

UK

VI.5) Date of dispatch of this notice

08/10/2021


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more