Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Tender 03/2024 - Vehicle Hire Framework

  • First published: 24 April 2024
  • Last modified: 24 April 2024
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-045460
Published by:
Newry, Mourne and Down District Council (NMD)
Authority ID:
AA82962
Publication date:
24 April 2024
Deadline date:
23 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The purpose of this process is to enable NMDDC to establish a Framework comprising of 3 Lots with a pre-qualified list of Economic Operators (a Restricted List) who may be asked, on an ad hoc basis when the requirement arises, to participate in a further mini-competition following which a call-off Contract under the Framework will be awarded.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Newry, Mourne and Down District Council (NMD)

O' Hagan House, Monaghan Row

Newry

BT35 8DJ

UK

Telephone: +44 3301374253

E-mail: adrian.doyle@nmandd.org

NUTS: UKN

Internet address(es)

Main address: https://www.newrymournedown.org/contact-us

Address of the buyer profile: https://www.newrymournedown.org/contact-us

I.3) Communication

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

https://suppliers.multiquote.com


Additional information can be obtained from another address:

Newry, Mourne and Down District Council (NMD)

O' Hagan House, Monaghan Row

Newry

BT35 8DJ

UK

Telephone: +44 3301374253

E-mail: adrian.doyle@nmandd.org

NUTS: UKN

Internet address(es)

Main address: https://www.newrymournedown.org/contact-us

Address of the buyer profile: https://www.newrymournedown.org/contact-us

Tenders or requests to participate must be sent electronically to:

https://suppliers.multiquote.com


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Tender 03/2024 - Vehicle Hire Framework

Reference number: CA13962 - Pur Req: 27768

II.1.2) Main CPV code

50111110

 

II.1.3) Type of contract

Services

II.1.4) Short description

The purpose of this process is to enable NMDDC to establish a Framework comprising of 3 Lots with a pre-qualified list of Economic Operators (a Restricted List) who may be asked, on an ad hoc basis when the requirement arises, to participate in a further mini-competition following which a call-off Contract under the Framework will be awarded.

II.1.5) Estimated total value

Value excluding VAT: 350 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

LOT 1 - Refuse Collection Vehicles

II.2.2) Additional CPV code(s)

90512000

II.2.3) Place of performance

NUTS code:

UKN

UKN0


Main site or place of performance:

Northern Ireland

II.2.4) Description of the procurement

7.5 Tonne up to 32 Tonne Refuse Collection Vehicles of varying types.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 150 000.00  GBP

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

LOT 2 - Street Cleansing Vehicles

II.2.2) Additional CPV code(s)

90610000

II.2.3) Place of performance

NUTS code:

UKN

UKN0


Main site or place of performance:

Northern Ireland

II.2.4) Description of the procurement

3T up to 18T Sweeper vehicles.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 50 000.00  GBP

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: 3

II.2.1) Title

LOT 3 - Light, medium range vans and lorries. 4x4s, Forklifts

II.2.2) Additional CPV code(s)

50111100

II.2.3) Place of performance

NUTS code:

UKN

UKN0


Main site or place of performance:

Northern Ireland

II.2.4) Description of the procurement

Multi fuelled Light Vans, 4 x 4s, forklift trucks, 1T up to 3.5T GVW. 3.5T up to 12T day, crew, tipper, cage, box, curtain side, Luton vans and lorries. The above list is indicative and may change with service requirements.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 150 000.00  GBP

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.

Envisaged maximum number of participants to the framework agreement: 10

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: 23/05/2024

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 23/05/2024

Local time: 12:00

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

VI.3) Additional information

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice (NI)

Chichester St

Belfast

BT1 3JF

UK

Telephone: +44 2890235111

E-mail: adminoffice@courtsni.gov.uk

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice (NI)

Chichester St

Belfast

BT1 3JF

UK

Telephone: +44 2890235111

E-mail: adminoffice@courtsni.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice (NI)

Chichester St

Belfast

BT1 3JF

UK

Telephone: +44 2890235111

E-mail: adminoffice@courtsni.gov.uk

VI.5) Date of dispatch of this notice

23/04/2024

Coding

Commodity categories

ID Title Parent category
90512000 Refuse transport services Refuse disposal and treatment
90610000 Street-cleaning and sweeping services Cleaning and sanitation services in urban or rural areas, and related services
50111100 Vehicle-fleet management services Fleet management, repair and maintenance services
50111110 Vehicle-fleet-support services Fleet management, repair and maintenance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
adrian.doyle@nmandd.org
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.