Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Newport City Council
Civic Centre
Newport
NP20 4UR
UK
Telephone: +44 1633656656
E-mail: procurement@newport.gov.uk
NUTS: UKL
Internet address(es)
Main address: www.newport.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0273
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/home.html
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
All Wales Grounds Maintenance Equipment & Spares Framework Agreement
Reference number: NCC-2022-037
II.1.2) Main CPV code
43325100
II.1.3) Type of contract
Supplies
II.1.4) Short description
Newport City Council Invites tenders on behalf of the wider public sector in Wales for the supply through purchase of Grounds
Maintenance Equipment & Spares via a framework agreement.
II.1.5) Estimated total value
Value excluding VAT:
14 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Purchase of Grounds Maintenance Equipment
II.2.2) Additional CPV code(s)
43325100
16310000
16311000
16311100
16700000
16710000
16000000
34223300
34223310
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The establishment of a framework for supply through purchase of grounds maintenance equipment to the wider public sector in Wales
NCC is establishing this framework to support the Welsh Public Sector in delivering joint collaborative contracts and framework agreements for the procurement of goods and services. It is the intention that the contract or framework entered into between the Council and the Supplier shall be deemed a collaborative arrangement and those bodies referred to below shall, if required, be entitled to engage in the agreement upon the terms and conditions set out hereto;
Welsh Ministers, their agencies, sponsored and statutory bodies and other contracting authorities funded by them, whether or not they operate independently of Welsh Ministers
The Welsh Assembly Commission
Any company, limited liability partnership or other corporate entity wholly or partly owned by or controlled (directly or indirectly) by Welsh Government
UK Government, their agencies, companies and limited liability partnerships or other corporate entities, wholly or partly owned by or controlled by departments of the UK Government and which operate in Wales
Non-ministerial governmental departments which operate devolved offices in Wales
Local Authorities in Wales their agencies, companies and limited liability partnerships or other corporate entities wholly or partly owned by or controlled by and any county and county borough, city, community or other council or local authority in Wales
Contracting authorities established for the provision of culture, media and sport in Wales
NHS Health Boards in Wales, NHS Trusts in Wales, Special Health Authorities in Wales, Community Health Councils in Wales, the NHS Wales Shared Services
Partnership and Board of Community Health Councils and any other contracting authorities operating within or on behalf of the NHS in Wales
Higher and further education bodies in Wales, including colleges, community colleges and universities, WEA Cymru and Colleges Wales
Police and crime commissioners and police forces in England and Wales; national park, and fire and rescue authorities in Wales
Wales Council for Voluntary Action and those associated charities and voluntary organisations
Citizen Advice Bureaux in Wales
Registered social landlords on the register maintained by Welsh Government
Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)
HM Inspectorate of Schools in Wales (Estyn);
One Voice Wales (Town & Community Councils) and town & community councils in Wales
Tribunals administered by Her Majesty’s Courts and Tribunals Service acting as the Executive Agency of the Ministry of Justice (and which operate in Wales)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
Lot No: 2
II.2.1) Title
Purchase of Grounds Maintenance Spares
II.2.2) Additional CPV code(s)
34913000
34312000
42675100
16810000
34224100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The establishment of a framework for the supply through purchase of spares parts for the grounds maintenance fleet of the wider public sector in Wales.
NCC is establishing this framework to support the Welsh Public Sector in delivering joint collaborative contracts and framework agreements for the procurement of goods and services. It is the intention that the contract or framework entered into between the Council and the Supplier shall be deemed a collaborative arrangement and those bodies referred to below shall, if required, be entitled to engage in the agreement upon the terms and conditions set out hereto;
Welsh Ministers, their agencies, sponsored and statutory bodies and other contracting authorities funded by them, whether or not they operate independently of Welsh Ministers
The Welsh Assembly Commission
Any company, limited liability partnership or other corporate entity wholly or partly owned by or controlled (directly or indirectly) by Welsh Government
UK Government, their agencies, companies and limited liability partnerships or other corporate entities, wholly or partly owned by or controlled by departments of the UK Government and which operate in Wales
Non-ministerial governmental departments which operate devolved offices in Wales
Local Authorities in Wales their agencies, companies and limited liability partnerships or other corporate entities wholly or partly owned by or controlled by and any county and county borough, city, community or other council or local authority in Wales
Contracting authorities established for the provision of culture, media and sport in Wales
NHS Health Boards in Wales, NHS Trusts in Wales, Special Health Authorities in Wales, Community Health Councils in Wales, the NHS Wales Shared Services
Partnership and Board of Community Health Councils and any other contracting authorities operating within or on behalf of the NHS in Wales
Higher and further education bodies in Wales, including colleges, community colleges and universities, WEA Cymru and Colleges Wales
Police and crime commissioners and police forces in England and Wales; national park, and fire and rescue authorities in Wales
Wales Council for Voluntary Action and those associated charities and voluntary organisations
Citizen Advice Bureaux in Wales
Registered social landlords on the register maintained by Welsh Government
Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)
HM Inspectorate of Schools in Wales (Estyn);
One Voice Wales (Town & Community Councils) and town & community councils in Wales
Tribunals administered by Her Majesty’s Courts and Tribunals Service acting as the Executive Agency of the Ministry of Justice (and which operate in Wales)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
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:
06/10/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
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:
06/10/2022
Local time: 13:00
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
1. Register your company on the etenderwales portal (this is only required once)
- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk
- Click the “Suppliers register here” link
- Agree to the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the Project
- Login to the portal with the username/password
- Click the “ITTs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant ITT (itt_97515 available from 2nd September 2022) to access the content.
- Click the “Express Interest” button in the “Actions” box on the page.
- This will move the ITT into your “My ITTs” page. (This is a secure area reserved for your projects only)
- Click on the ITT code to access the content
3. Responding to the tender
- You can now choose to “Create Response” or “Decline to Respond” (please give a reason if declining)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the ITT
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8am – 6pm) on:
- email: help@bravosolution.co.uk
- Phone: 0800 368 4850
Please note that the ITT Project Code in e-Tender Wales is - itt_97515 - NCC - All Wales Supply of Grounds Maintenance and Spares
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=124246
(WA Ref:124246)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
30/08/2022