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

Depot Specialist Agency Staff.

  • First published: 28 August 2014
  • Last modified: 28 August 2014

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)

Contents

Summary

OCID:
Published by:
Blaby District Council
Authority ID:
AA31727
Publication date:
28 August 2014
Deadline date:
08 October 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The supplier will provide specialist temporary staff for Neighbourhood Services across one or more of the following three lots (please note that you will not be required to indicate which Lot(s) you are bidding for until the Tender stage of this procurement):

Lot 1: Waste Management Driver/Loader (HGV).

Lot 2: Waste Management Loaders/Environmental Maintenance Operatives (General).

Lot 3: Environmental Maintenance Operatives (Skilled).

Suppliers will be asked to provide the highest quality, suitably qualified staff to meet the Council's specific requirements, these staff will be employed by the Agency under Swedish Derogation. These requirements include the provision of the temporary staff at either 1 working day's notice or in some circumstances at 30 minutes notice. The Supplier will also be required to transport their staff to either the Council's Depot (Littlethorpe, Leicester) or the place of work (should work have already started). Suppliers should note that staff may be required to work unsociable hours which would therefore require transport to be provided during those unsociable hours. Staff provided by the Supplier must meet the levels of experience and training required by the Council and other requirements to be detailed in the Specification. The service is an essential component in the internal organisation of Blaby District Council. The Supplier must therefore be prepared to work closely with the Council to ensure its fitness for purpose, its reliability and its effectiveness.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Blaby District Council

Desford Road, Narborough

Leicester

LE19 2EP

UK

Karen Appleby


kla@blaby.gov.uk


www.blaby.gov.uk


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Depot Specialist Agency Staff.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

22

II.1.2)

Main site or location of works, place of delivery or performance

In the District of Blaby.



UKF22

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The supplier will provide specialist temporary staff for Neighbourhood Services across one or more of the following three lots (please note that you will not be required to indicate which Lot(s) you are bidding for until the Tender stage of this procurement):

Lot 1: Waste Management Driver/Loader (HGV).

Lot 2: Waste Management Loaders/Environmental Maintenance Operatives (General).

Lot 3: Environmental Maintenance Operatives (Skilled).

Suppliers will be asked to provide the highest quality, suitably qualified staff to meet the Council's specific requirements, these staff will be employed by the Agency under Swedish Derogation. These requirements include the provision of the temporary staff at either 1 working day's notice or in some circumstances at 30 minutes notice. The Supplier will also be required to transport their staff to either the Council's Depot (Littlethorpe, Leicester) or the place of work (should work have already started). Suppliers should note that staff may be required to work unsociable hours which would therefore require transport to be provided during those unsociable hours. Staff provided by the Supplier must meet the levels of experience and training required by the Council and other requirements to be detailed in the Specification. The service is an essential component in the internal organisation of Blaby District Council. The Supplier must therefore be prepared to work closely with the Council to ensure its fitness for purpose, its reliability and its effectiveness.

II.1.6)

Common Procurement Vocabulary (CPV)

79620000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The value quoted is designed to cover the whole cost of the service for the entire length of the Contract.

1 000 0001 350 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

60

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Where a parent company exists, a parent company guarantee is required.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Open book costing is expected. The payment arrangements will be agreed with the successful bidder and laid out in a final contract.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Bidders may be one or more organisations bidding under the leadership of a prime contractor. The prime contractor will be responsible for the fulfilment of any contract awarded.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The services are to be undertaken in conformance with all relevant legislation and standards.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Tenders may be excluded if a director/partner/properietor is in the state of bankruptcy, has been convicted of a criminal offence relating to business of professional conduct, has committed grave misconduct in the course of business, has not fulfilled conditions relating to payment of taxes, or is guilty of misrepresentation in supplying information.

III.2.2)

Economic and financial capacity


Company turnover, pre tax profit, organisation's net worth, present cash and credit position, meeting banking agreements, meeting obligations to pay creditors and/or staff. Tenderer's information will be used in this evaluation and this may be cross checked with reputable credit checking agencies.



A Pre Qualification Questionnaire must be completed and economic viability and resilience demonstrated.


III.2.3)

Technical capacity




A Pre Qualification Questionnaire must be completed and minimum standards of technical and professional ability and resilience demonstrated sufficient to undertake the services.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

58

Objective criteria for choosing the limited number of candidates

The detailed selection criteria and weightings will be set out in the pre qualification questionnaire.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

BDCDAS

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 08-10-2014  17:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 24-11-2014

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The value quoted is designed to cover the whole cost of providing the services over the entire life of the contract. Questions should be addressed by email to the contact name/email address on this notice. Return of Pre Qualification Questionnaires (and their attachments) will be via post to Blaby District Council, address details will be provided in the documentation.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Blaby District Council

Desford Road, Narborough

Leicester

LE19 2EP

UK

sp5@blaby.gov.uk

+44 1162750555


Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Blaby District Council will incorporate a minimum 10 day standstill period at the point of notification of the decision to award the contract. The decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a tenderer did not meet any specification, the identity of the successful tenderer and a precise statement of when the standstill period is expected to end. Any appeal or challenge against an award decision must be communicated to the address stated in Section I.1 above within the standstill period. If an appeal or challenge to the award of the contract has not been successfully resolved the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties to take action in the High Court. Any such action must be brought promptly (generally within 3 months although this time period may be reduced to 30 days in certain circumstances). Where a legal challenge is made after the contract has been entered into then that contract could be declared ineffective and/or shortened and/or a fine imposed by the Court.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 27-08-2014

ANNEX B

Information About Lots

1     Waste Management Driver/Loader (HGV)

1)

Short Description

Temporary and permenant staff of the Neighbourhood Services Team will be expected to have been trained in a range of appropriate skills. These may include driving a Refuse/Recycling vehicle as supplied by the Council and supervising the Loaders on the vehicle's crew. Staff will also require HGV2, up to date Drivers CPC, as well as relevant Health and Safety Training. Further information will be available in the Specification.

2)

Common Procurement Vocabulary (CPV)

79620000

3)

Quantity or scope

The value quoted is designed to cover the whole cost of the services for the entire length of the contract.



10 00050 000  GBP.

4)

Indication about different contract dates

60

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Waste Management Loaders/Environmental Maintenance Operatives (General)

1)

Short Description

Temporary and permanent staff of the Neighbourhood Services Team will be expected to have been trained in a range of appropriate skills including Manual Handling, reversing assistant training and certified bin lift training.

To assist in the provision of the Environmental Maintenance service, exact requirements will depend on specific skills but will include cleansing and horticultural tasks. Staff members will require a driving licence, safe removal of asbestos training, manual handling training, use of strimmers training. Up to date driver's CPC is desirable. Further information will be available in the Specification.

2)

Common Procurement Vocabulary (CPV)

79620000

3)

Quantity or scope

The value quoted is designed to cover the whole cost of providing the services for the entire length of the contract.



840 0001 000 000  GBP.

4)

Indication about different contract dates

60

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Environmental Maintenance Operatives (Skilled)

1)

Short Description

Temporary and permanent staff of the Neighbourhood Services Team will be expected to have been trained in a range of appropriate skills in order that they can assist in the provision of the Environmental Maintenance Service. Cleansing and horticultural provision will be expected and other duties will depend on the staff member's training and expertise. A C1+E driving licence will be required, as well as training on manual handling and use of strimmers. Experience of using ride on mowers and an up to date driver's CPC will also be required. Further information will be available in the Specification.

2)

Common Procurement Vocabulary (CPV)

79620000

3)

Quantity or scope

The value quoted is designed to cover the whole cost of providing the services for the entire length of the contract.



180 000300 000  GBP.

4)

Indication about different contract dates

60

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
79620000 Supply services of personnel including temporary staff Recruitment 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:
kla@blaby.gov.uk
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.