CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Bassetlaw District Council |
Queen's Building, Potter Street |
Worksop |
S80 2AH |
UK |
Mr Howard Lane |
+44 1909533449 |
howard.lane@bassetlaw.gov.uk |
|
http://www.bassetlaw.gov.uk
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityProvision of Refuse Collection Vehicles ranging from 18 tonnes to 32 tonnes GVW. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
UKF1 |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
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)
Bassetlaw District Council is acting as lead buyer for a Consortium including Ashfield District Council, Bassetlaw District Council, Bolsover District Council, Broxtowe Borough Council, Derby City Council, Erewash Borough Council, Gedling Borough Council, Mansfield District Council, Newark and Sherwood District Council, Nottingham City Council, Rushcliffe Borough Council and South Derbyshire District Council. It is anticipated that the Consortium may require an estimated 120 complete new Refuse Collection Vehicles (RCVs) during the 4-year contract term. Complete Refuse Collection Vehicles are required ranging from 18 tonne to 32 tonne including chassis, body and lifter capable of handling 120 to 1 300 litre wheeled bins. The main Contractor will be responsible for liaising with and providing attendance on other suppliers to ensure supply and delivery of complete refuse vehicles to the Consortium members.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34100000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeRefuse Collection Vehicles (RCVs) based on the following configurations will be required by Consortium members during the life of the contract:
Lot 1:
18 tonne GVW, 4 x 2 chassis, 13 cubic metre body, low entry cab (driver + 2);
26 tonne GVW, 6 x 2 Mid Lift chassis, 20 cubic metre body, low entry cab (driver + 2);
26 tonne GVW, 6 x 2 Mid Lift chassis, 21 cubic metre body, low entry cab (driver + 2);
26 tonne GVW, 6 x 2 Mid-Steer chassis, 21 cubic metre body, low entry cab (driver +2);
26 tonne GVW, 6 x 2 Rear-Steer chassis, 21 cubic metre body, low entry cab (driver +2);
26 tonne GVW, 6 x 4 chassis, 21 cubic metre body, low entry cab (driver + 2);
32 tonne GVW, 8 x 4 chassis, 27 cubic metre body,low entry cab (driver+2);
26 tonne GVW, 6 x 4 chassis, 22 cubic metre body (Twin Pack), low entry cab (driver+2).
Lot 2 (Narrow Track):
18 tonne GVW, 4 x 2 chassis, 10 cubic metre body, low entry cab (driver + 2);
26 tonne GVW, 6 x 2 chassis, 16 cubic metre body, low entry cab (driver + 2);
26 tonne GVW, 6 x 2 Mid Steer chassis, 19 cubic metre body, low entry cab (driver + 2);
26 tonne GVW, 6 x 2 Rear Steer chassis, 19 cubic metre body, low entry cab (driver + 2);
22 tonne GVW, 6 x 2 Mid Lift chassis, 14 cubic metre body, low entry cab (driver + 2). |
|
18 000 00025 000 000 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 completion48 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
A parent company and/or other guarantees of performance and financial standing may be required if considered appropriate as well as confirmation of the organisation's willingness to arrange for a guarantee or a performance bond. Where the potential provider is dependant financially on a parent company to support its application for this procurement, it must indicate whether a Parent Guarantee is available if requested.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
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
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
As per Tender Documentation.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Refer to Mandatory and Discretionary Grounds for Exclusion as detailed in the Invitation to Tender document.
|
III.2.2)
|
Economic and financial capacity
As per Tender Documentation.
|
III.2.3)
|
Technical capacity
As per Tender Documentation.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
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
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
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 |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
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
BDCT 16-0278
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
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 30-06-2016
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
1-7-2016
9:00
|
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
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
See VI.4.2) |
|
|
|
UK |
|
|
|
|
|
|
Body responsible for mediation procedures
See VI.4.2) |
|
|
|
UK |
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
Bassetlaw District Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated by electronic means to tenderers. The standstill notice will include: (a) the criteria for the award of the contract, (b) the full reasons for the award decision (including the characteristics and relative advantages of the successful tender), (c) the identity of the successful tenderer, (d) the score obtained by the economic operator which is to receive the notice and the score obtained by the economic operator to be awarded the contract, and (e) when the standstill period is expected to end or the date before which the Council will not enter into the contract. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into. The Public Contracts Regulations 2015 require any proceedings to be commenced within 30 days, beginning with the date when the claimants became aware that they could make a claim or ought to have been so aware.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
See VI.4.2) |
|
|
|
UK |
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 29-04-2016 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Bassetlaw District Council |
Queen's Building, Potter Street |
Worksop |
S80 2AH |
UK |
Mr Howard Lane |
+44 1909533449 |
howard.lane@bassetlaw.gov.uk |
|
|
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Bassetlaw District Council |
Queen's Building, Potter Street |
Worksop |
S80 2AH |
UK |
Mr Howard Lane |
+44 1909533449 |
howard.lane@bassetlaw.gov.uk |
|
|
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Bassetlaw District Council |
Queen's Building, Potter Street |
Worksop |
S80 2AH |
UK |
Mr Howard Lane |
+44 1909533449 |
howard.lane@bassetlaw.gov.uk |
|
|
|