Kirklees Metropolitan Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | KMCTS-035 - The Supply and Delivery of up to 7 no. Agricultural/ Grounds Maintenance Tractors |
Notice type: | Contract Notice |
Authority: | Kirklees Metropolitan Council |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The supply and delivery of up to 7 no. agricultural/ grounds maintenance tractors, in accordance with specification. Vehicles are to be delivered to site at Huddersfield, West Yorkshire, as and when required. The Tender Documents can be accessed from the address as set out in Section I.1 |
Published: | 29/09/2015 12:15 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Council of the Borough of Kirklees, Transport Services
Vine Street, Huddersfield, HD1 6NT, United Kingdom
Tel. +44 1484221000, Email: darren.fletcher@kirklees.gov.uk, URL: https://www.kirklees.gov.uk
Contact: UKE43 - Calderdale, Kirklees and Wakefield, Attn: Darren Fletcher
Electronic Access URL: https://www.yortender.co.uk
Electronic Submission URL: https://www.yortender.co.uk
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: KMCTS-035 - The Supply and Delivery of up to 7 no. Agricultural/ Grounds Maintenance Tractors
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKE43 - Calderdale, Kirklees and Wakefield
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
II.1.5)Short description of the contract or purchase:
Tractors. The supply and delivery of up to 7 no. agricultural/ grounds maintenance tractors, in accordance with specification. Vehicles are to be delivered to site at Huddersfield, West Yorkshire, as and when required. The Tender Documents can be accessed from the address as set out in Section I.1
II.1.6)Common Procurement Vocabulary:
16700000 - Tractors.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The supply and delivery of up to 7 no. agricultural/ grounds maintenance tractors, in accordance with the specification. Vehicles are to be delivered to site at Huddersfield, West Yorkshire.
Estimated value excluding VAT: 315,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 12 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require parent or ultimate holding company guarantees and/or performance bond on its standard terms.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment to be made in accordance with Clause 6 of the Conditions of Contract contained within the published Tender Documents, including payments within 30 days of receipt of a valid invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority reserves the right to require such economic operators to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability. If a tender application is made by a group of separate legal entities, then said application must also be signed by all members of the group and supporting information must be submitted as part of the application clearly defining the roles of all members and providing the information that the Tender Documents ask for, regarding each member. Also, in the case of a group application, tenderers are required to state clearly in a written statement to be signed and submitted with their other tender submissions confirming that the group will: (i) undertake joint and several liability in relation to any agreement to be entered into concerning the Council’s requirements mentioned in the Capability Questionnaire; or (ii) include one member that will take primary liability for the group; or (iii) form a Company that is guaranteed without limitation by each member of the group.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As detailed in the Tender Documents published at the same time as this notice.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
In accordance with Article 57 and 59 to 61 of Directive 2014/24/EU and Regulations 57 and 59 to 61 of the Public Contract Regulations 2015, and as set out in the Capability Questionnaire available from the address as set out in Section (I.1) of this notice, the Contracting Authority reserves the right to refuse any applicant's application and to exclude its tender from the evaluation in any of the circumstances as follows:- (i) in the event the completed Capability Questionnaire, supporting information and/or any other tender submissions are incomplete, inaccurate or misleading or otherwise not submitted in accordance with the requirements set out in this Capability Questionnaire or any of the other Tender Documents; and/or; (ii) for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts Regulations 2015, which requires or permits the Council not to select or to treat any Applicant as an ineligible economic operator; and/or (iii) Tenderers scoring 'Fail' in the Capability Questionnaire will NOT be selected for consideration of their tender submission.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Applicants must complete Section 5 'Economic and Financial Standing' and Section 7B 'Insurance' Sections of the Capability Questionnaire contained within the Tender Documents.
Minimum Level(s) of standards possibly required:
Responses to Section 5 'Economic and Financial Standing' - All Applicants must supply one of the following in order to demonstrate economic/ financial standing as required under Section 5 of the Capability Questionnaire: (a) A copy of the audited accounts for the most recent two years; (b) A statement of the turnover, profit & loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation; (c) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; (d) Alternative means of demonstrating financial status if any of the above are not available (e.g. Forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).
Failure to supply any one of either (a) to (d) may result in exclusion. Any answers which leads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant’s ability to properly perform the Contract) that it would be inappropriate to select the Applicant on this occasion will result in exclusion.
If you have indicated that your parent or holding company is prepared to guarantee the performance of your Company, the information provided in response to 5.3 will be used in the financial assessment of the Applicant.
Responses to Section 7B 'Insurance' information - Further to Section B1 of the Capability Questionnaire, all Tenderers must self-certify whether they have, or can commit to obtain, prior to commencement of the contract, that their insurance cover meets the minimum insurance requirements: Employer's Liability Indemnity = £10,000,000; or Public/ Products Liability Indemnity = £10,000,000 for any one occurrence or series of occurrences arising out of one event and unlimited in any one year. If a Tenderer does not self-certify (failure to indicate 'Yes' to B1) whether they already have, or can commit to obtain, prior to the commencement at no extra cost to the Council, the above minimum insurance requirements, this will result in exclusion.
Tenderers scoring 'Fail' in the Capability Questionnaire will NOT be selected for consideration of their tender submission.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Applicants must complete Section 6 'Technical and Professional Ability' and Section 7A 'References' of the Capability Questionnaire contained within the Tender Documents published at the same time as this notice
Minimum Level(s) of standards possibly required:
Applicants must demonstrate that they have carried out similar Contracts within the last 3 years. Responses to Section 6 'Technical and Professional Ability' Section will be scored as follows:
Excellent examples provided (matching client requirement) = Pass;
Poor examples provided = Fail
Responses to section 7A 'References' will be scored as follows:
One, Two or Three relevant examples provided (closely matching client requirement) = Pass
Unacceptable examples provided or no relevant examples = Fail
If the Council receives no references, or if any information obtained from referees leads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Supplier’s ability to properly perform the contract) that it would be inappropriate to select the Supplier on this occasion, then the Council reserves the right to exclude the Supplier.
Tenderers scoring 'Fail' in the Capability Questionnaire will NOT be selected for consideration of their tender submission.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: YORTender Reference: A2KD-PQE1QG
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2015/S 40 - 68191 of 26/02/2015
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 26/10/2015
Time-limit for receipt of requests for documents or for accessing documents: 12:59
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 26/10/2015
Time: 13:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 6
IV.3.8)Conditions for opening tenders
Place:
Time and place to be arranged
Persons authorised to be present at the opening of tenders: Yes
Representatives of Corporate Procurement and Audit
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender (60% Price; 40% Quality) in accordance with the criteria set out in Part D (i.e. Tender Evaluation and Award Criteria) of the Information and Instructions to Tenderers documents published at the same time as this notice. The Tender Documents are available from the address as set out in Section (I.1) of this notice.
Electronic ordering and payment will be used, and electronic invoicing will be accepted.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=144177284
GO-2015929-PRO-7127838 TKR-2015929-PRO-7127837
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the Contract is communicated to tenderers. If an appeal regarding the award of the Contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 29/09/2015
ANNEX A
III) Addresses and contact points to which tenders/requests to participate must be sent:
The Council of the Borough of Kirklees
Procurement, First Floor North, Civic Centre III, Market Street, Huddersfield, HD1 2EY, United Kingdom
Email: procurement@kirklees.gov.uk, URL: https://www.yortender.co.uk
Attn: Tender Opening Officer
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Huddersfield: Tractors.
I.1)Name, Addresses and Contact Point(s):
The Council of the Borough of Kirklees, Transport Services
Vine Street, Huddersfield, HD1 6NT, United Kingdom
Tel. +44 1484221000, Email: darren.fletcher@kirklees.gov.uk, URL: https://www.kirklees.gov.uk
Contact: UKE43 - Calderdale, Kirklees and Wakefield, Attn: Darren Fletcher
Electronic Access URL: https://www.yortender.co.uk
Electronic Submission URL: https://www.yortender.co.uk
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: KMCTS-035 - The Supply and Delivery of up to 7 no. Agricultural/ Grounds Maintenance Tractors
II.1.2)Type of contract and location of works:
SUPPLIES
)Purchase
Region Codes: UKE43 - Calderdale, Kirklees and Wakefield
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Tractors. The supply and delivery of up to 7 no. agricultural/ grounds maintenance tractors, in accordance with specification. Vehicles are to be delivered to site at Huddersfield, West Yorkshire, as and when required.
II.1.5)Common procurement vocabulary:
16700000 - Tractors.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 340,921
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Pricing Information - 60
Aftersales service - 10
Maintenance - 10
Maintenance intervals - 8
Training - 6
Warranty duration - 6
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: YORTender Reference: A2KD-PQE1QG
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2015/S 40 - 68191 of 26/02/2015
Contract notice
Notice number in OJ: 2015/S 192 - 347216 of 03/10/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 07/01/2016
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Sovereign Agricultural Services Ltd
Postal address: Woolrow Lane, Shelley
Town: Huddersfield
Postal code: HD8 8LW
Country: United Kingdom
Email: sales@sovagric.com
Telephone: +44 1484603682
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 315,000
Currency: GBP
Total final value of the contract
Value: 340,921
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
Number of tenders received from SMEs = 7
Number of tenders received from other EU Member States = 0
Number of tenders received from non-EU States = 0
Number of tenders received by electronic means = 7
Electronic ordering will be used, electronic invoicing will be accepted, and electronic payment will be used.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=186661806
GO-2016129-PRO-7682311 TKR-2016129-PRO-7682310
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the Contract is communicated to tenderers. If an appeal regarding the award of the Contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 29/01/2016