West Yorkshire Fire & Rescue Service is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Tank and Drainage Services |
Notice type: | Contract Notice |
Authority: | West Yorkshire Fire & Rescue Service |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | To provide a comprehensive service to WYFRS with regards to tank & drainage systems at sites across West Yorkshire to ensure the Authority is compliant with all applicable legal and environmental responsibilities |
Published: | 16/10/2019 14:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
West Yorkshire Fire & Rescue Service, United Kingdom
West Yorkshire Fire & Rescue Service, Oakroyd Hall, Bradford Road, Birkenshaw, Birkenshaw, Birkenshaw, Bradford, BD11 2DY, United Kingdom
Tel. +44 1274655781, Email: sue.broomhead@westyorksfire.gov.uk
Contact: Sue Broomhead
Main Address: https://www.westyorksfire.gov.uk
NUTS Code: UKE4
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Birkenshaw%2C-Bradford:-Drainage-works./M4N43Q8YU4
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www,delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Tank and Drainage Services
Reference Number: 437455317
II.1.2) Main CPV Code:
45232452 - Drainage works.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To provide a comprehensive service to WYFRS with regards to tank & drainage systems at sites across West Yorkshire to ensure the Authority is compliant with all applicable legal and environmental responsibilities
II.1.5) Estimated total value:
Value excluding VAT: 600,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45232451 - Drainage and surface works.
II.2.3) Place of performance:
UKE4 West Yorkshire
II.2.4) Description of procurement: To provide a comprehensive service to WYFRS with regards to tank and drainage systems at sites across West Yorkshire to ensure the Authority is compliant with all applicable legal and environmental responsibilities.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option to extend the contract for another 2 years after the initial 3 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M4N43Q8YU4
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please see Invitation to Tender (ITT) documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/11/2019 Time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birkenshaw%2C-Bradford:-Drainage-works./M4N43Q8YU4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M4N43Q8YU4
VI.4) Procedures for review
VI.4.1) Review body:
West Yorkshire Fire & Rescue Service
Oakroyd Hall, Bradford Road, Birkenshaw, Bradford, BD11 2DY, United Kingdom
Tel. +44 1274655781, Email: sue.broomhead@westyorksfire.gov.uk
Internet address: http://www.westyorksfire.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 16/10/2019
Annex A