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

Provision of Refuse Collection Vehicles ranging from 18 tonnes to 32 tonnes GVW.

  • First published: 03 May 2016
  • Last modified: 03 May 2016
  • 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:
Published by:
Bassetlaw District Council
Authority ID:
AA23307
Publication date:
03 May 2016
Deadline date:
30 June 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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


Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked 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

Provision 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

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

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

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)

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
34144511
34144512

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

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 scope

Refuse 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 completion

48

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

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


Checked box Unchecked 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

Objective criteria for choosing the limited number of candidates

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

BDCT 16-0278

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

 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

Checked box    

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

Coding

Commodity categories

ID Title Parent category
34100000 Motor vehicles Transport equipment and auxiliary products to transportation
34144511 Refuse-collection vehicles Special-purpose motor vehicles
34144512 Refuse-compaction vehicles Special-purpose motor vehicles

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:
howard.lane@bassetlaw.gov.uk
Admin contact:
howard.lane@bassetlaw.gov.uk
Technical contact:
N/a
Other contact:
howard.lane@bassetlaw.gov.uk

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.