Swindon Borough Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | The Supply of Refuse Collection Vehicles |
Notice type: | Contract Notice |
Authority: | Swindon Borough Council |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Swindon Borough Council (SBC), wishes to submit to tender the requirements for the provision of Refuse Collection Vehicles suitable to deliver an efficient waste and recycling collection service within the local authority area. The purchases may be phased over a period of 3 years, with the first batch ordered within 3 months of contract award. All tender documents are available in the attachments section on the tender advert on the South West Portal available on the link below https://www.supplyingthesouthwest.org.uk/procontract/user.nsf/. Contract notice reference number is A3BE-Q4KPZ8 |
Published: | 22/10/2015 17:23 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Swindon Borough Council, UK
Civic Offices, Euclid Street, Swindon, SN1 2JH, United Kingdom
Tel. +44 1793464557, Email: mbritchford@swindon.gov.uk, URL: www.swindon.gov.uk, URL: www.swindon.gov.uk
Attn: Martin Britchford
Electronic Access URL: https://www.supplyingthesouthwest.org.uk/procontract/supplier.nsf/frm_home?ReadForm
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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: The Supply of Refuse Collection Vehicles
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKK14 - Swindon
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Refuse-collection vehicles. Vehicles for refuse and sewage. Vehicles for refuse. Refuse-compaction vehicles. Swindon Borough Council (SBC), wishes to submit to tender the requirements for the provision of Refuse Collection Vehicles suitable to deliver an efficient waste and recycling collection service within the local authority area. The purchases may be phased over a period of 3 years, with the first batch ordered within 3 months of contract award.
All tender documents are available in the attachments section on the tender advert on the South West Portal available on the link below https://www.supplyingthesouthwest.org.uk/procontract/user.nsf/. Contract notice reference number is A3BE-Q4KPZ8
II.1.6)Common Procurement Vocabulary:
34144511 - Refuse-collection vehicles.
34144500 - Vehicles for refuse and sewage.
34144510 - Vehicles for refuse.
34144512 - Refuse-compaction vehicles.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
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:
This requirement is for the provision of Refuse Collection Vehicles suitable to deliver an efficient waste and recycling collection service within the local authority area. The purchases may be phased over a period of 3 years, with the first batch ordered within 3 months of contract award.
This opportunity has not been split into lots, as the Authority requires the same specification and support from a single provider for the bulk order and ongoing provision of vehicles.
Estimated value excluding VAT:
Range between: 3,000,000 and 3,700,000
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
Starting: 04/02/2016
Completion: 03/02/2026
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:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
All criteria that are stated within the tender documents to become the Preferred Bidder.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
Information and formalities necessary for evaluating if requirements are met:
All criteria that are stated within the tender documents to become the Preferred Bidder.
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
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: SD1800
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 11/12/2015
Time: 12:00
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 days: 120
IV.3.8)Conditions for opening tenders
Date: 14/12/2015
Time: 12:00
Persons authorised to be present at the opening of tenders: No
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: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=166891125
GO-20151022-PRO-7226525 TKR-20151022-PRO-7226524
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Swindon Borough Council
Euclid Street, Swindon, SN2 2JH, United Kingdom
Tel. +44 1793464557, Email: mbritchford@swindon.gov.uk
Body responsible for mediation procedures:
Swindon Borough Council
Swindon
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Swindon Borough Council
Euclid Street, Swindon, SN2 2JH, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 22/10/2015
ANNEX A
View any Notice Addenda
Section I: Contracting Authority
Title: UK-Swindon: Refuse-collection vehicles.
I.1)Name, Addresses And Contact Point(s)
Swindon Borough Council
Civic Offices, Euclid Street, Swindon, SN1 2JH, United Kingdom
Tel. +44 1793464557, Email: mbritchford@swindon.gov.uk, URL: www.swindon.gov.uk, URL: www.swindon.gov.uk
Attn: Martin Britchford
I.2)Type Of Purchasing Body
Contracting authority
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: The Supply of Refuse Collection Vehicles
II.1.2)Short description of the contract or purchase:
Refuse-collection vehicles. Vehicles for refuse and sewage. Vehicles for refuse. Refuse-compaction vehicles. Swindon Borough Council (SBC), wishes to submit to tender the requirements for the provision of Refuse Collection Vehicles suitable to deliver an efficient waste and recycling collection service within the local authority area. The purchases may be phased over a period of 3 years, with the first batch ordered within 3 months of contract award.
All tender documents are available in the attachments section on the tender advert on the South West Portal available on the link below https://www.supplyingthesouthwest.org.uk/procontract/user.nsf/. Contract notice reference number is A3BE-Q4KPZ8
II.1.3)Common procurement vocabulary:
34144511 - Refuse-collection vehicles.
34144500 - Vehicles for refuse and sewage.
34144510 - Vehicles for refuse.
34144512 - Refuse-compaction vehicles.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Open
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: SD1800
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2016 - 167230
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 22/10/2015
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Incomplete Procedure
VI.2)Information on incomplete awarding procedure
The contract has not been awarded.
VI.4)Other additional information:
This tender exercise has been discontinued and will be reprocured under a separate OJEU procedure.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=184596134
GO-2016126-PRO-7633111 TKR-2016126-PRO-7633110
VI.5)Date of dispatch: 26/01/2016