Dacorum Borough Council : Contract for the supply and/or maintenance of vehicles

  Dacorum Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Contract for the supply and/or maintenance of vehicles
Notice type: Contract Notice
Authority: Dacorum Borough Council
Nature of contract: Supplies
Procedure: Competitive Dialogue
Short Description: The Council are looking for a suitable Contractor to Supply the Council's vehicles for the next 7 years (with the option to extend for a further 7 years). Currently, the Council carries out repairs in house using our Vehicle Repair Shop and would like to test the market to see whether an external Contractor would offer a more economical option and/or improve service delivery. This contract is split into 3 Lots, Lot 1, the Supply of the Vehicles, Lot 2, the Maintenance of the Vehicles and Lot 3 a combination of Lot 1 & 2.
Published: 10/10/2013 12:35
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-Hertfordshire: Refuse-collection vehicles.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Dacorum Borough Council
      Civic Centre, Marlowes, Hemel Hempstead, Hertfordshire, HP1 1HH, United Kingdom
      Tel. +44 1442228263, Email: Andrew.Linden@dacorum.gov.uk, URL: www.dacorum.gov.uk, URL: www.dacorum.gov.uk/procurement
      Contact: Commissioning, Procurement & Compliance, Attn: Andrew Linden
      Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-Hertfordshire:-Refuse-collection-vehicles./6W98AKZCC2

      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: Contract for the supply and/or maintenance of vehicles
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         A combination of these

         Region Codes: UKH23 - Hertfordshire         
      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. Repair, maintenance and associated services of vehicles and related equipment. Motor vehicles. 4-wheel-drive vehicles. All-terrain vehicles. Off-road vehicles. Road-sweeping vehicles. The Council are looking for a suitable Contractor to Supply the Council's vehicles for the next 7 years (with the option to extend for a further 7 years). Currently, the Council carries out repairs in house using our Vehicle Repair Shop and would like to test the market to see whether an external Contractor would offer a more economical option and/or improve service delivery. This contract is split into 3 Lots, Lot 1, the Supply of the Vehicles, Lot 2, the Maintenance of the Vehicles and Lot 3 a combination of Lot 1 & 2.
         
      II.1.6)Common Procurement Vocabulary:
         34144511 - Refuse-collection vehicles.
         
         50100000 - Repair, maintenance and associated services of vehicles and related equipment.
         
         34100000 - Motor vehicles.
         
         34113000 - 4-wheel-drive vehicles.
         
         34113200 - All-terrain vehicles.
         
         34113300 - Off-road vehicles.
         
         34144430 - Road-sweeping vehicles.
         

      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: 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:
      Lot 1 - Supply of vehicles
Lot 2 - Maintenance of vehicles
Lot 3 - Supply and maintenance of vehicles

The Council could award Lot 1 only (which is in line with current practice, i.e. maintaining the vehicles in-house); or could award Lot 1 and Lot 2 seperately (with one organisation supplying vehicles and another maintaining them); or award Lot 3 to one Contractor to carry out the supply and maintenance of the vehicles. The costs / benefits of the different approaches will be explored and determined as part of the procurement process.         
         Estimated value excluding VAT: 28,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: The anticipated contract duration is 7 years with the option to extend for a further 7 years. A review will be undertaken after 5 1/2 years to look at whether an extension would be beneficial to the Council or not.                   
         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: 84 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Supply of Vehicles

      1)Short Description:      
      Supply of vehicles and plant including refuse and recycling vehicles, street sweepers, large and small vans etc.

      2)Common Procurement Vocabulary:
         34144511 - Refuse-collection vehicles.
                  34144430 - Road-sweeping vehicles.
                  34100000 - Motor vehicles.
                  34113000 - 4-wheel-drive vehicles.
                  34113200 - All-terrain vehicles.
         
      3)Quantity Or Scope:      
      After a review of the Council's Refuse Collection Service, the Council are moving to a new collection service which involves weekly collection of food waste; an alternative-weekly collection scheme with residual waste collected on the alternative week to co-mingled dry recyclables and fortnightly collections of garden waste. To assist with this new service delivery model, the Council will need to replace the current fleet with split-bodied vehicles. These vehicles need to be available for October 2013 when the new collection scheme is delivered from. In addition to the split-bodied vehicles, the Council will also require the purchase of the remainder of the fleet (except for the Council's Ground Maintenance Vehicles) over the 7 year period. The Council have a variety of vehicles which could change over the next 7 years depending on the Council's requirements.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 84
                                          
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Maintenance of Vehicles

      1)Short Description:      
      Maintenance of the Council's vehicles and running of the Vehicle Repair Shop based up at Cupid Green Depot, Hemel Hempstead.

      2)Common Procurement Vocabulary:
         50100000 - Repair, maintenance and associated services of vehicles and related equipment.
         
      3)Quantity Or Scope:      
      The Council currently maintain vehicles through the Vehicle Repair Shop based at the Council's Refuse Collection Depot, Cupid Green, Hemel Hempstead. As part of Lot 2, the Council would like to test the market to see if the market can offer a more cost effective whilst maintaining high standard of service delivery. The Vehicle Repair Shop maintains not only the Refuse vehicles but also the Council's oter fleet with the exception of Grounds Maintenance Equipment.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 84
                                          
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3
      Title: Supply and Maintenance of vehicles

      1)Short Description:      
      The supply and maintenance of the Council's Commercial Fleet.

      2)Common Procurement Vocabulary:
         50100000 - Repair, maintenance and associated services of vehicles and related equipment.
                  34144511 - Refuse-collection vehicles.
                  34144430 - Road-sweeping vehicles.
                  34100000 - Motor vehicles.
                  34113000 - 4-wheel-drive vehicles.
                  34113200 - All-terrain vehicles.
         
      3)Quantity Or Scope:      
      After a review of the Council's Refuse Collection Service, the Council are moving to a new collection service which involves weekly collection of food waste; an alternative-weekly collection scheme with residual waste collected on the alternative week to co-mingled dry recyclables and fortnightly collections of garden waste. To assist with this new service delivery model, the Council will need to replace the current fleet with split-bodied vehicles. These vehicles need to be available for October 2013 when the new collection scheme is delivered from. In addition to the split-bodied vehicles, the Council will also require the purchase of the remainder of the fleet (except for the Council's Ground Maintenance Vehicles). The Council have a variety of vehicles which could change over the next 7 years depending on the Council's requirements.

The Council currently maintain vehicles through the Vehicle Repair Shop based at the Council's Refuse Collection Depot, Cupid Green, Hemel Hempstead. The Vehicle Repair Shop maintains not only the Refuse vehicles but also the Council's oter fleet with the exception of Grounds Maintenance Equipment.

The Council would like to see if the market can supply and maintain the Council's fleet in a more cost effective way whilst maintaining high standards of service delivery.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 84
                                          
                  
         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:
      Parent company guarantees, bonds and/or collateral warranties from the principal as well as sub-contractors may be required. The council's requirements will be identified in the tender documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payment to the contracting entity will be in pounds sterling and normally be required to be made by means of electronic fund transfer. Full details will be contained in the invitation to tender documents. Payments will be made on the delivery of the vehicle(s) and at the end of each contract month in arrears.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The contracting entity's specific requirements are to be determined but it does require that any contract(s) awarded be entered into by a single legal entity on the part of the successful candidate(s). Any legal entity which has a group of entities will be required to provide an undertaking to be jointly and severally responsible for the due performance of the concession agreement.
      
      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:

      Information and formalties necessary for evaluating are met. All information regarding personal situation of economic operators, including requirements relating to enrolment on professional or trade registeres are detailed in the pre-qualification (PQQ) pack.      
      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:
         Information and formalities necessary for evaluating if requirements are met: These details are fully detailed in the PQQ pack.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Information and formalities necessary for evaluating if requirements are met: These requirements are fully detailed in the PQQ pack.      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 10         
         Objective Criteria for choosing the limited number of candidates:
         Information contained in the PQQ.      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   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: CPU00260      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 11/11/2013
      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: 11/11/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 18/11/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


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 Entity reserves the right to award the contract in whole or in part or not at all as a result of this call for competition. The Contracting Entity shall not be liable for any costs or expenses incurred by any bidders in responding to this notice or in tendering for the proposed contract(s).

The Contracting Entity shall not be liable for any costs incurred howsoever in the event that the Contracting Entity decides to abandon the tender process altogether before the tender process is complete.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hertfordshire:-Refuse-collection-vehicles./6W98AKZCC2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6W98AKZCC2
GO-20131010-PRO-5188533 TKR-20131010-PRO-5188532
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      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: 10/10/2013

ANNEX A

View any Notice Addenda

View Award Notice