WRAP (Waste and Resources Action Programme): Recycling Collection Vehicle Framework Wales

  WRAP (Waste and Resources Action Programme) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Recycling Collection Vehicle Framework Wales
Notice type: Contract Notice
Authority: WRAP (Waste and Resources Action Programme)
Nature of contract: Supplies
Procedure: Open
Short Description: WRAP Cymru, acting as a Central Purchasing Body, is inviting Tenders in response to this FrameworkAgreement for Recycling Collection Vehicles. The Framework has been advertised in such a way that it will beavailable to all Welsh Authorities to use. Welsh local authorities are subject to several statutory requirementsand targets set by the Welsh Government (WG), including a 70% recycling rate target by 2025. In March 2011,WG issued its Collections Blueprint which sets out the recommended service profile for Welsh local authorities.The Blueprint is based on separate collection using “modern lightweight, multi-compartment vehicles… for a single pass collection of dry recyclables and food waste.” The aim of this Framework Agreement procurement is to establish a preferred route for Welsh local authorities to procure vehicles envisaged by WG in the Collections Blueprint.The approach being taken with regards to the framework will result in a minimum of three and a maximum of five successful Tenderers being appointed as Framework Providers who will be eligible to be awarded Call-Off Contracts by Welsh local authorities under this Framework.Framework Call-Off Contracts may be awarded in two ways; either via a further competition (a ‘mini-tender’)between the Framework Providers, or by direct award to the highest ranked Provider based on the Framework tenders. Providers will be able to opt to bid for a mini-tendered Call-Off Contract or to enter into a Call-Off Contract if offered one through the direct award route, but will not be obliged to do so. Within the direct award route, where the highest ranked Provider refuses the offer of a Call-Off Contract, the next highest ranked Provider may be offered the contract (and so on).It is anticipated that the first Call-Off Contract awarded under this Framework agreement will be on behalf of Merthyr Tydfil County Borough Council (MTCBC), although no guarantee is offered in this regard. It is anticipated that MTCBC will order its vehicles through a direct award to the highest ranked Provider immediately following the Framework Agreement Commencement Date.
Published: 01/10/2014 15:08
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Oxon: Vehicles for refuse.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      WRAP
      The Old Academy, 21 Horse Fair, Banbury, Oxon, OX16 0AH, United Kingdom
      Tel. +44 1179172252
      Contact: Rebecca Pearson
      Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9
      Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: ANNEX A.II
            
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Environment

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Recycling Collection Vehicle Framework Wales
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKL - WALES         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 5
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 20,000,000 and 50,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Vehicles for refuse. Refuse-collection vehicles. WRAP Cymru, acting as a Central Purchasing Body, is inviting Tenders in response to this FrameworkAgreement for Recycling Collection Vehicles. The Framework has been advertised in such a way that it will beavailable to all Welsh Authorities to use. Welsh local authorities are subject to several statutory requirementsand targets set by the Welsh Government (WG), including a 70% recycling rate target by 2025. In March 2011,WG issued its Collections Blueprint which sets out the recommended service profile for Welsh local authorities.The Blueprint is based on separate collection using “modern lightweight, multi-compartment vehicles… for a single pass collection of dry recyclables and food waste.” The aim of this Framework Agreement procurement is to establish a preferred route for Welsh local authorities to procure vehicles envisaged by WG in the Collections Blueprint.The approach being taken with regards to the framework will result in a minimum of three and a maximum of five successful Tenderers being appointed as Framework Providers who will be eligible to be awarded Call-Off Contracts by Welsh local authorities under this Framework.Framework Call-Off Contracts may be awarded in two ways; either via a further competition (a ‘mini-tender’)between the Framework Providers, or by direct award to the highest ranked Provider based on the Framework tenders. Providers will be able to opt to bid for a mini-tendered Call-Off Contract or to enter into a Call-Off Contract if offered one through the direct award route, but will not be obliged to do so. Within the direct award route, where the highest ranked Provider refuses the offer of a Call-Off Contract, the next highest ranked Provider may be offered the contract (and so on).It is anticipated that the first Call-Off Contract awarded under this Framework agreement will be on behalf of Merthyr Tydfil County Borough Council (MTCBC), although no guarantee is offered in this regard. It is anticipated that MTCBC will order its vehicles through a direct award to the highest ranked Provider immediately following the Framework Agreement Commencement Date.
         
      II.1.6)Common Procurement Vocabulary:
         34144510 - Vehicles for refuse.
         
         34144511 - Refuse-collection 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:
      The Framework scope comprises a single lot. The main objective of the Framework Agreement is to provide Recycling Collection Vehicles with a strong emphasis on value for money. Suppliers will be required to provide modern lightweight, multi-compartment vehicle, for a single pass collection of dry recyclables and food waste.The aim of this Framework Agreement procurement is to establish a preferred route for Welsh local authorities to procure vehicles envisaged by Welsh Government in the Collections Blueprint The framework Agreement will be open for use by all local authorities in Wales, a current list of whom can befound at http://www.wlga.gov.uk/authorities. For further information including information regarding potential future Welsh Local Authority boundary changes see VI.3.The estimated value range set out in II.1.4 is a real terms estimate based on a forecast of potential interest inprocuring modern lightweight, multi-compartment vehicle, for a single pass collection of dry recyclables and foodwaste. It should be noted this is an estimate made on the current market information and subject to any future Welsh Local Authority boundary changes.      
      
      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: 48 (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:
      As detailed in the tender documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As detailed in the tender documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As detailed in the tender documents.
      
      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:

      As detailed in the tender documents.      
      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:
         As detailed in the tender documents.         
         Minimum Level(s) of standards possibly required:
         As detailed in the tender documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed in the tender documents.         
         Minimum Level(s) of standards possibly required:
         As detailed in the tender documents.      
      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: COL008      
      IV.3.2)Previous publication(s) concerning the same contract: No

      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: 11/11/2014
         Time: 09:00      
      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
         Not Provided

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 Framework will be available to all Welsh Local Authorities as defined in Section 175 of the Local Government (Wales) Measure 2011 or any successor authorities with similar statutory functions resulting from future Welsh Local Authority boundary changes, including those proposed in the Commission on Public Service Governance Deliver Summary Report for Welsh Government, January 2014 or any subsequent proposals for local government reorganisation in Wales, including (but not limited to) any new bodies created by the merger or reorganisation of any of the existing authorities listed at http://www.wlga.gov.uk/authorities.It is anticipated that the first Call-Off Contract awarded under this Framework agreement will be on behalf of Merthyr Tydfil County Borough Council (MTCBC), although no guarantee is offered in this regard. It is anticipated that MTCBC will order its vehicles through a direct award to the highest ranked Provider immediately following the Framework Agreement Commencement Date.The organisation is committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, while the requirement to do so will not be mandatory, the successful contractor will be expected to consider opportunities to recruit and train long-term economically inactive persons as part of the workforce delivering this project.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/DHB49Y9PC9
GO-2014101-PRO-6055258 TKR-2014101-PRO-6055257
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      WRAP
      URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9

      VI.4.2)Lodging of appeals: WRAP CYMRU will incorporate a minimum 10 calendar day standstill period from the point at which the intention to award appointments to the Framework Agreement is communicated to Tenderers. This period allows unsuccessful tenderers to seek further information from the contracting authority or to challenge the award before the Framework Agreement is entered into. Such additional information should be requested from see item I.1.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            WRAP
      URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9

   VI.5) Date Of Dispatch Of This Notice: 01/10/2014

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      WRAP
      The Old Academy, 21 Horse Fair, Banbury, OX16 0AH, United Kingdom
      Tel. +44 1179172252, URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9
      Contact: Rebecca Pearson   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      WRAP
      The Old Academy, 21 Horse Fair, Banbury, OX16 0AH, United Kingdom
      Tel. +44 1179172252, URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9
      Contact: Rebecca Pearson   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      WRAP
      The Old Academy, 21 Horse Fair, Banbury, OX16 0AH, United Kingdom
      URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Merthyr Tydfil County Borough Council
      Civic Centre, Castle Street, Merthyr Tydfil, CF47 8AN, United Kingdom

View any Notice Addenda

View Award Notice

UK-Oxon: Vehicles for refuse.

Section I: Contracting Authority
   Title: UK-Oxon: Vehicles for refuse.
   I.1)Name, Addresses and Contact Point(s):
      WRAP
      The Old Academy, 21 Horse Fair, Banbury, Oxon, OX16 0AH, United Kingdom
      Tel. +44 1179172252
      Contact: Rebecca Pearson
      Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9
      Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Environment

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Recycling Collection Vehicle Framework Wales      
      II.1.2)Type of contract and location of works:
         SUPPLIES
)Purchase
         Region Codes: UKL - WALES         
      II.1.3)Information about a framework or a dynamic purchasing system:
         The notice involves the establishment of a framework agreement                   
      II.1.4)Short description of the contract or purchase(s):
         Vehicles for refuse. Refuse-collection vehicles. WRAP Cymru, acting as a Central Purchasing Body, is inviting Tenders in response to this Framework
Agreement for Recycling Collection Vehicles. The Framework has been advertised in such a way that it will be
available to all Welsh Authorities to use. Welsh local authorities are subject to several statutory requirements
and targets set by the Welsh Government (WG), including a 70% recycling rate target by 2025. In March 2011,
WG issued its Collections Blueprint which sets out the recommended service profile for Welsh local authorities.
The Blueprint is based on separate collection using “modern lightweight, multi-compartment vehicles… for a
single pass collection of dry recyclables and food waste.” The aim of this Framework Agreement procurement is
to establish a preferred route for Welsh local authorities to procure vehicles envisaged by WG in the Collections
Blueprint.
The approach being taken with regards to the framework will result in a minimum of three and a maximum of
five successful Tenderers being appointed as Framework Providers who will be eligible to be awarded Call-Off
Contracts by Welsh local authorities under this Framework.
Framework Call-Off Contracts may be awarded in two ways; either via a further competition (a ‘mini-tender’)
between the Framework Providers, or by direct award to the highest ranked Provider based on the Framework
tenders. Providers will be able to opt to bid for a mini-tendered Call-Off Contract or to enter into a Call-Off
Contract if offered one through the direct award route, but will not be obliged to do so. Within the direct award
route, where the highest ranked Provider refuses the offer of a Call-Off Contract, the next highest ranked
Provider may be offered the contract (and so on).
It is anticipated that the first Call-Off Contract awarded under this Framework agreement will be on behalf
of Merthyr Tydfil County Borough Council (MTCBC), although no guarantee is offered in this regard. It is
anticipated that MTCBC will order its vehicles through a direct award to the highest ranked Provider immediately
following the Framework Agreement Commencement Date.
      II.1.5)Common procurement vocabulary:
         34144510 - Vehicles for refuse.
         34144511 - Refuse-collection vehicles.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Lowest offer: 20,000,000 /Highest offer: 50,000,000
         Currency: GBP

      
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
         
         Cost - 30
         Quality/Delivery - 70
         
      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: COL008         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: COL008

      V.1)Date Of Contract Award: 08/12/2014      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Romaquip Ltd
         Postal address: Syngefield Industrial Estate
         Town: Birr
         Country: Ireland
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: WVFCWS

      V.1)Date Of Contract Award: 08/12/2014      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: CWS Engineering Ltd
         Postal address: Park Farm Trading Estate, Park Farm Road
         Town: Glastonbury,
         Postal code: BA6 9NN
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   3: Award And Contract Value
      Contract No: WVFTER

      V.1)Date Of Contract Award: 08/12/2014      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Terberg
         Postal address: Leacroft Road,, Birchwood,
         Town: Warrington,
         Postal code: WA3 6PJ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

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:
      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 Framework will be available to all Welsh Local Authorities as defined in Section 175 of the Local Government (Wales) Measure 2011 or any successor authorities with similar statutory functions resulting from future Welsh Local Authority boundary changes, including those proposed in the Commission on Public Service Governance Deliver Summary Report for Welsh Government, January 2014 or any subsequent proposals for local government reorganisation in Wales, including (but not limited to) any new bodies created by the merger or reorganisation of any of the existing authorities listed at http://www.wlga.gov.uk/authorities.The organisation is committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, while the requirement to do so will not be mandatory, the successful contractor will be expected to consider opportunities to recruit and train long-term economically inactive persons as part of the workforce delivering this project.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=141933089
GO-2015513-PRO-6597280 TKR-2015513-PRO-6597279   
   VI.3.1)Body responsible for appeal procedures:
      WRAP
      URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9
   VI.3.2)Lodging of appeals: WRAP CYMRU will incorporate a minimum 10 calendar day standstill period from the point at which the intention to award appointments to the Framework Agreement is communicated to Tenderers. This period allows unsuccessful tenderers to seek further information from the contracting authority or to challenge the award before the Framework Agreement is entered into. Such additional information should be requested from see item I.1.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      WRAP
      URL: https://www.delta-esourcing.com/tenders/UK-Oxon:-Vehicles-for-refuse./DHB49Y9PC9
   
   VI.4)Date Of Dispatch Of This Notice: 13/05/2015   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      See section II.2) of the orginal OJEU notice
      See section II.2) of the orginal OJEU notice, See section II.2) of the orginal OJEU notice, United Kingdom