Framework for Outright Purchase of Specialist Vehicles
The scope of the requirement includes the national availability for the following vehicles — refuse collection vehicles, chassis mounted sweepers, precinct sweepers.
United Kingdom-Leicester: Motor vehicles
2016/S 022-034625
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
ESPO
Barnsdale Way, Grove Park, Enderby
For the attention of: Mr Russell McCarten
LE19 1ES Leicester
UNITED KINGDOM
Telephone: +44 1162657854
E-mail: tenders@espo.org
Internet address(es):
General address of the contracting authority: http://www.espo.org/
Electronic access to information: http://www.eastmidstenders.org/
Electronic submission of tenders and requests to participate: http://www.eastmidstenders.org/
Further information can be obtained from: ESPO
Please see section II.1.5
LE19 1ES Leicester
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ESPO
Please see section II.1.5
LE19 1ES Leicester
UNITED KINGDOM
Tenders or requests to participate must be sent to: ESPO
Please see section II.1.5
LE19 1ES Leicester
UNITED KINGDOM
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Organisations listed in section II.1.5
Further in information contact ESPO
LE19 1ES Leicester
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 0
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 60 000 000 and 200 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The scope of the requirement includes the national availability for the following vehicles — refuse collection vehicles, chassis mounted sweepers, precinct sweepers, winter maintenance vehicles, gully emptiers, minibuses, midibuses, buses and coaches, customised vehicles eg. mobile libraries, chassis’, tippers, blue light appliances, access platforms/ cherry pickers, hot boxes, hook loaders, skip loaders, tractor units / trailers.
The framework will allow for ‘call off’ arrangements of both direct award and further competitions. This will offer the opportunity for customers to decide on the best way forward for their individual requirements.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
As a Central Purchasing Body as defined by the EU Procurement Directive 2014/24/EU, the Framework Agreement is open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and Agencies and Local Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Any Public Body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/About-us-%281%29/FAQs/Legal
In order to express an interest in tendering for this opportunity and obtaining tender documents and/or requesting any further information, please see details below and please ensure you refer to instructions and guidance available: (a) Go to www.eastmidstenders.org, (b) If you are not already registered) Register your company by selecting the ‘Register’ box on the top of the home page, (c) Once registered visit the home page select View Opportunities’ then ‘Search Latest Opportunities’, from the ‘Organisation’ drop down box select ‘ESPO’, click search (options) and select the appropriate opportunity ‘215_16 Specialist Vehicles’, (d) Express an interest by selecting the ‘Register Interest’ box at the bottom of the screen. You should receive a notification email confirming your expression of interest, (e) Once fully registered, you should download the tender from the website.
Tenderers should also note that final submissions must be made only via ProContract, no other submission route is permitted. Failure to follow this path will result in the tender submission being disregarded.
All documents pertaining to this opportunity will be available for download via the ProContract portal from the outset. Please ensure you are able to download all files after accessing the ProContract portal.
If you have any query regarding the content or require further information, please use the discussion tools provided within the website. If you experience any problems with registration or expression of interest, please refer any queries on Portal operation to support@due-north.com or telephone +44 1670597136.
Note: You will receive email notifications regarding your expression of interest or other important actions on the system. Email alerts may be blocked by your company’s SPAM filter. Please contact your ICT department to ensure that emails from the domain “@due-north.com” are excluded from the SPAM filter “blocked addresses.”.
II.1.6)Common procurement vocabulary (CPV)
34100000, 34120000, 34140000, 34210000, 34134000, 34139000, 34114000, 50117000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The framework agreement has the option to extend for up to a further 24 months. The total estimated values stated in Section II.1.4 include the option period.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: 215_16 Specialist Vehicles
1)Short description
2)Common procurement vocabulary (CPV)
34100000, 34114000, 34120000, 34130000, 34140000, 34200000, 50117000
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: 1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 12 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As detailed in the Invitation to Tender.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: