Swindon Borough Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | The Supply of Refuse Collection Vehicles to Swindon Borough Council |
Notice type: | Contract Notice |
Authority: | Swindon Borough Council |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Swindon Borough Council, 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 opportunity is divided into 3 Lots. Lot 1 is for specifications A & B, Lot 2 is for specifications C & D and Lot 3 is for specifications A, B, C & D.). The Tenderer may bid on Lot 1, 2 or 3. Each lot will be individually scored. Lots will be awarded based on the Councils judgment to achieve the most economically advantageous terms to the Council. The purchases may be phased over a period of 3 years, with the first batch ordered within 3 months of contract award. |
Published: | 26/01/2016 16:29 |
View Full Notice
Section I: Contracting Authority
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
Electronic Access URL: www.supplyingthesouthwest.org.uk
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 to Swindon Borough Council
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:
Vehicles for refuse and sewage. Vehicles for refuse. Refuse-collection vehicles. Refuse-compaction vehicles. Swindon Borough Council, 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 opportunity is divided into 3 Lots. Lot 1 is for specifications A & B, Lot 2 is for specifications C & D and Lot 3 is for specifications A, B, C & D.).
The Tenderer may bid on Lot 1, 2 or 3. Each lot will be individually scored. Lots will be awarded based on the Councils judgment to achieve the most economically advantageous terms to the Council.
The purchases may be phased over a period of 3 years, with the first batch ordered within 3 months of contract award.
II.1.6)Common Procurement Vocabulary:
34144500 - Vehicles for refuse and sewage.
34144510 - Vehicles for refuse.
34144511 - Refuse-collection vehicles.
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: Yes
If yes, tenders should be submitted for: One or more lots
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.
The opportunity is divided into 3 Lots. Lot 1 is for specifications A & B, Lot 2 is for specifications C & D, and Lot 3 is for specifications A, B, C & D.).
The Tenderer may bid on Lot 1, 2 or 3. Each lot will be individually scored. Lots will be awarded based on the Councils judgment to achieve the most economically advantageous terms to the Council.
Estimated value excluding VAT:
Range between: 1,597,000 and 3,960,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 120 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Vehicle Specifications A & B
1)Short Description:
Lot 1 is for specification A and B vehicles. In addition, the authority requires warranties, provision of spares, training and other peripheral services as outlined within the specification.
Specification A: 26,000kg GVW (Gross vehicle weight) Refuse vehicle with a mid-steer chassis configuration and standard compaction unit body for the purpose of general household waste collection (wheelie bins & bags), green waste (wheelie bins & bags) collection & plastic recycling collection (bagged and manually loaded).
Specification B: Right Hand Drive 26000kgs Rear steer vehicle to be fitted with trade (1100 litre) type bin lift.
2)Common Procurement Vocabulary:
34144500 - Vehicles for refuse and sewage.
34144510 - Vehicles for refuse.
34144511 - Refuse-collection vehicles.
34144512 - Refuse-compaction vehicles.
3)Quantity Or Scope: Not Provided
Value range between: 1,377,000 and 3,910,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works:
Completion of works:
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Vehicle Specifications C & D
1)Short Description:
Lot 2 is for specification C and D vehicles. In addition, the authority requires warranties, provision of spares, training and other peripheral services as outlined within the specification.
Specification C: Right Hand Drive vehicle up to 18000kgs 4 x 2 configuration for the purpose of household waste bag collection routes (manually loaded)
Specification D: Right Hand Drive vehicle up to 18000kgs 4 x 2 for the purpose of household waste wheelie bin collection routes with occasional manual loading of bags.
2)Common Procurement Vocabulary:
34144500 - Vehicles for refuse and sewage.
34144510 - Vehicles for refuse.
34144511 - Refuse-collection vehicles.
34144512 - Refuse-compaction vehicles.
3)Quantity Or Scope: Not Provided
Value range between: 220,000 and 500,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Vehicle Specifications A, B, C & D
1)Short Description:
Lot 3 is for specification A, B, C and D vehicles. In addition, the authority requires warranties, provision of spares, training and other peripheral services as outlined within the specification.
Specification A: 26,000kg GVW (Gross vehicle weight) Refuse vehicle with a mid-steer chassis configuration and standard compaction unit body for the purpose of general household waste collection (wheelie bins & bags), green waste (wheelie bins & bags) collection & plastic recycling collection (bagged and manually loaded).
Specification B: Right Hand Drive 26000kgs Rear steer vehicle to be fitted with trade (1100 litre) type bin lift.
Specification C: Right Hand Drive vehicle up to 18000kgs 4 x 2 configuration for the purpose of household waste bag collection routes (manually loaded)
Specification D: Right Hand Drive vehicle up to 18000kgs 4 x 2 for the purpose of household waste wheelie bin collection routes with occasional manual loading of bags.
2)Common Procurement Vocabulary:
34144500 - Vehicles for refuse and sewage.
34144510 - Vehicles for refuse.
34144511 - Refuse-collection vehicles.
34144512 - Refuse-compaction vehicles.
3)Quantity Or Scope: Not Provided
Value range between: 1,597,000 and 3,960,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
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:
Evidence of Employer Insurance, Public Liability Insurance and Professional Indemnity Insurance
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:
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;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
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
Information and formalities necessary for evaluating if requirements are met:
Full technical assessment if the selection criteria are passed.
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: DN109841
IV.3.2)Previous publication(s) concerning the same contract: Yes
Notice on a buyer profile
Notice number in OJEU: 2015/S 208 - 377208 of 27/10/2015
Other previous publications: Yes
Notice number in OJ: 2015/S 208 - 377208 of 27/10/2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 29/02/2016
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 07/03/2016
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 Not Provided
IV.3.8)Conditions for opening tenders
Date: 08/03/2016
Time: 12:00
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=186059268
GO-2016126-PRO-7633271 TKR-2016126-PRO-7633270
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Swindon Borough Council
Euclid Street, Swindon, SN2 2JH, United Kingdom
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: 26/01/2016
ANNEX A