Equipment and Vehicle Hire Framework Wakefield Council
Framework Arrangement for the Hire of Vehicles, Plant, Tools and Equipment supplied With and Without Operator.
United Kingdom-Wakefield: Hire of passenger transport vehicles with driver
2015/S 111-201558
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Council of the City of Wakefield
Town Hall, Wood Street
For the attention of: Ian Westlake
WF1 2HQ Wakefield
UNITED KINGDOM
Telephone: +44 1924306781
E-mail: procurement@wakefield.gov.uk
Fax: +44 1924306547
Internet address(es):
General address of the contracting authority: www.wakefield.gov.uk
Address of the buyer profile: www.yortender.co.uk
Electronic access to information: www.yortender.co.uk
Electronic submission of tenders and requests to participate: www.yortender.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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
22 local authorities and other contracting authorities which may include the Police Service within the Yorkshire and Humber region
.http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
https://www.police.uk/forces/
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
Service category No 27: Other services
NUTS code UKE
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: 100
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 500 000 and 20 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Lot 1. VANS
Lot 2. CARS & ESTATE CARS
Lot 3. FOUR WHEEL DRIVE VEHICLES
Lot 4. MINI BUSES AND COACHES
Lot 5. DROPSIDE VEHICLES
Lot 6. TIPPING VEHICLES
Lot 7. LORRIES WITH HIAB / ATLAS EQUIPMENT
Lot 8. REFUSE COLLECTION VEHICLES
Lot 9. SKIP / HOOK LOADERS
Lot 10. GULLY EMPTIER, CESSPOOL EMPTIER AND JETTING UNITS
Lot 11. MECHANICAL ROAD SWEEPERS
Lot 12. HYDRAULIC HOISTS (LIGHTING PLATFORMS)
Lot 13. STEEL BODIES DUMP TRUCK
Lot 14. ROLLERS (NON VIBRATORY AND VIBRATORY)
Lot 15. ROAD SURFACING MACHINES
Lot 16. COLD PLANES
Lot 17. WHEELED TRACTORS
Lot 18. LOADER EXCAVATORS WHEELED AND LOADER SHOVELS CRAWLER SCRAPERS AND GRADERS
Lot 19. TRAILERS
Lot 20. COMPRESSORS AND GENERATORS
Lot 21. PORTABLE TRAFFIC SIGNALS
Lot 22. MOWERS — PEDESTRIAN & RIDE-ON
Lot 23. GROUNDS MAINTENANCE SMALL PLANT
Lot 24. WATER PUMPS
Lot 25. GENERAL EQUIPMENT
Lot 26. MOTORCYCLES / QUAD BIKES
Lot 27. TOOLS AND EQUIPMENT
Lot 28. WINTER MAINTENANCE EQUIPMENT
Lot 29. ARTICULATED TRACTOR UNIT
Lot 30. RECYCLE CRUSHERS
Lot 31. STATIC WELFARE UNITS
Lot 32. LARGE PLANER PACKAGE
Lot 33. MEDIUM PLANER PACKAGE
Lot 34. SMALL PLANER PACKAGE
Lot 35. EXTRA HIGHWAYS EQUIPMENT
Please download all the tender documentation from YORtender. (www.yortender.co.uk) Should you wish to raise a question regarding this project please use the discussions function. Completed tender documentation needs to be submitted via YORtender no later than 12:00 on 14.7.2015.
II.1.6)Common procurement vocabulary (CPV)
60170000, 60171000, 45500000, 45510000, 45520000, 60172000, 60180000, 60181000, 60182000, 60183000, 77111000, 77112000
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:
The framework arrangement will be structured into three distinct areas. The 3 areas are as follows:
Area 1 — Specified Lots;
Area 2 — Miscellaneous Catalogue Items;
Area 3 — Mini Competition;
Area 1 — Specified Lots;
Wakefield Council requires the external hire of Vehicles, Plant, Tools and Equipment supplied with and without Operators for categories of hire identified as Lots as below:
Lot 1. VANS
Lot 2. CARS & ESTATE CARS
Lot 3. FOUR WHEEL DRIVE VEHICLES
Lot 4. MINI BUSES AND COACHES
Lot 5. DROPSIDE VEHICLES
Lot 6. TIPPING VEHICLES
Lot 7. LORRIES WITH HIAB / ATLAS EQUIPMENT
Lot 8. REFUSE COLLECTION VEHICLES
Lot 9. SKIP / HOOK LOADERS
Lot 10. GULLY EMPTIER, CESSPOOL EMPTIER AND JETTING UNITS
Lot 11. MECHANICAL ROAD SWEEPERS
Lot 12. HYDRAULIC HOISTS (LIGHTING PLATFORMS)
Lot 13. STEEL BODIES DUMP TRUCK
Lot 14. ROLLERS (NON VIBRATORY AND VIBRATORY)
Lot 15. ROAD SURFACING MACHINES
Lot 16. COLD PLANES
Lot 17. WHEELED TRACTORS
Lot 18. LOADER EXCAVATORS WHEELED AND LOADER SHOVELS CRAWLER SCRAPERS AND GRADERS
Lot 19. TRAILERS
Lot 20. COMPRESSORS AND GENERATORS
Lot 21. PORTABLE TRAFFIC SIGNALS
Lot 22. MOWERS — PEDESTRIAN & RIDE-ON
Lot 23. GROUNDS MAINTENANCE SMALL PLANT
Lot 24. WATER PUMPS
Lot 25. GENERAL EQUIPMENT
Lot 26. MOTORCYCLES / QUAD BIKES
Lot 27. TOOLS AND EQUIPMENT
Lot 28. WINTER MAINTENANCE EQUIPMENT
Lot 29. ARTICULATED TRACTOR UNIT
Lot 30. RECYCLE CRUSHERS
Lot 31. STATIC WELFARE UNITS
Lot 32. LARGE PLANER PACKAGE
Lot 33. MEDIUM PLANER PACKAGE
Lot 34. SMALL PLANER PACKAGE
Lot 35. EXTRA HIGHWAYS EQUIPMENT
Tenders for Area 1 will be evaluated in accordance with the evaluation criteria. The evaluation process for each item will result in Contractors being ranked on the framework for each item within the lot based on their tender score (which will be a combination of both price and quality).
Up to a maximum of 5 Contractors for each item within a specified lot will be listed on the framework to provide specified items, with the exception of Lots 18, 28, 30, 32, 33 and 34 where up to a maximum of 5 Contractors for each item within a lot will be listed on the framework to provide items without operator, and a maximum of 10 Contractors for each item within a lot will be listed on the framework to supply items with operator.
Once Contractors have been appointed onto the framework for a specified item in a lot and have entered into a Framework Agreement, the Council will as and when required Call Off the Framework Agreement by issuing an Order (with a unique reference number) to the highest scoring, and therefore highest ranked Contractor selected to carry out Services In accordance with the procedure set out in this specification.
Orders will be Called Off for each item as and when the item is required by going to the top ranked Contractor first. If the top ranked contractor is unable to meet any of the order requirements with regard to the type of item, the need by date/lead time, and with / or without operator, the next ranked Contractor will be contacted and the order placed with them. If the second ranked Contractor is unable to meet the order requirements the third ranked Contractor will be contacted and so on.
In the event that none of the Contractors on the Framework Agreement are able to meet the order requirements the Council reserves place the order within another Area of the Framework or indeed outside the Framework. The Council therefore offers no guarantee of exclusivity of all its hire arrangements will be put through this framework contract.
Please Note: tenderers are allowed to submit tenders for any item or items listed in each lot or lots being tendered for. Tenderers are not required to tender for every item within the lot or lots they are bidding for
Area 2 — Miscellaneous Catalogue Items
All tenderers are invited to provide the Council with a list of relevant catalogue vehicles, plant, tools and equipment with and without operator with prices that are available to hire outside the scope of the specified items listed in Area 1. The tenderers that are appointed to Lot 1 will also be appointed to Lot 2 with the catalogue items and rates that are submitted.
Tenderers will be ranked in Lot 2 based on their quality score alone. In order to access Lot 2 the Council will search the top ranked Contractors catalogue and if the required item is available in the catalogue and available to hire the Council will place an Order at the tendered price. If the top ranked contractor’s catalogue does not contain the required item then the second ranked contractor’s catalogue will be search and so on.
Tenderers should note that only items outside the scope of the specified items in Area 1 will be considered with Area 2.
Area 3 — Mini Competition
All tenderers appointed to the framework arrangement in Lot 1 will be automatically appointed to Lot 3 unless tenderers specifically request otherwise. Lot 3 will be used by the Council where it identifies a requirement that cannot be met by Lot 1 or Lot 2; this could be specialist equipment or equipment where the Council feels better value could achieved by re-opening competition. When re-opening competition in this area the Council will contact all Tenderers appointed to Lot 3 with a specification of the requirement. Tenderers will then be required to provide the Council with a price that complies with the requirement. The Council will award the Order to the cheapest compliant offer received.
Framework Arrangement for the Hire of Vehicles, Plant, Tools and Equipment supplied With and Without Operator Please download all the tender documentation from YORtender. (www.yortender.co.uk) Should you wish to raise a question regarding this project please use the discussions function. Completed tender documentation needs to be submitted via YORtender no later than 12:00 on 14.7.2015.
Estimated value excluding VAT:
Range: between 1 500 000 and 20 000 000 GBP
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Vans
1)Short description
2)Common procurement vocabulary (CPV)
60170000, 60183000
3)Quantity or scope
Lot No: 2Lot title: Cars and Estate Cars
1)Short description
2)Common procurement vocabulary (CPV)
60170000, 60171000
3)Quantity or scope
Lot No: 3Lot title: Four Wheel Drive Vehicles
1)Short description
2)Common procurement vocabulary (CPV)
60170000, 60171000
3)Quantity or scope
Lot No: 4Lot title: Mini Buses and Coaches
1)Short description
2)Common procurement vocabulary (CPV)
60170000, 60172000
3)Quantity or scope
Lot No: 5Lot title: Dropside Vehicles
1)Short description
2)Common procurement vocabulary (CPV)
60182000
3)Quantity or scope
Lot No: 6Lot title: Tipping Vehicles
1)Short description
2)Common procurement vocabulary (CPV)
60181000, 60182000
3)Quantity or scope
Estimated value excluding VAT: 1 GBP
Lot No: 7Lot title: Lorries with Hiab / Atlas Equipment
1)Short description
2)Common procurement vocabulary (CPV)
60181000, 60182000
3)Quantity or scope
Lot No: 8Lot title: Refuse Collection Vehicles
1)Short description
2)Common procurement vocabulary (CPV)
60182000
3)Quantity or scope
Lot No: 9Lot title: Skip / Hook Loaders
1)Short description
2)Common procurement vocabulary (CPV)
60182000
3)Quantity or scope
Lot No: 10Lot title: Gully Emptier, Cesspool Emptier and Jetting Units
1)Short description
2)Common procurement vocabulary (CPV)
60182000
3)Quantity or scope
Lot No: 11Lot title: Mechanical Road Sweepers
1)Short description
2)Common procurement vocabulary (CPV)
60182000
3)Quantity or scope
Lot No: 12Lot title: Hydraulic Hoists (Lighting Platforms)
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 13Lot title: Steel Bodies Dump Truck
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 14Lot title: Rollers (Non Vibratory and Vibratory)
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 15Lot title: Road Surfacing Machines
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 16Lot title: Cold Planes
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 17Lot title: Wheeled Tractors
1)Short description
2)Common procurement vocabulary (CPV)
45500000, 60182000, 77111000, 77112000
3)Quantity or scope
Lot No: 18Lot title: Loader Excavators Wheeled and Loader Shovels Crawler Scrapers and Graders
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 19Lot title: Trailers
1)Short description
2)Common procurement vocabulary (CPV)
45500000, 60182000, 77112000
3)Quantity or scope
Lot No: 20Lot title: Compressors and Generators
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 21Lot title: Portable Traffic Signals
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 22Lot title: Mowers — Pedestrian and Ride On
1)Short description
2)Common procurement vocabulary (CPV)
77111000, 77112000
3)Quantity or scope
Lot No: 23Lot title: Grounds Maintenance Small Plant
1)Short description
2)Common procurement vocabulary (CPV)
77111000, 77112000
3)Quantity or scope
Lot No: 24Lot title: Water Pumps
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 25Lot title: General Equipment
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 26Lot title: Motorcycles / Quad Bikes
1)Short description
2)Common procurement vocabulary (CPV)
60170000
3)Quantity or scope
Lot No: 27Lot title: Tools and Equipment
1)Short description
2)Common procurement vocabulary (CPV)
45500000, 45520000, 77111000
3)Quantity or scope
Lot No: 28Lot title: Winter Maintenance Equipment
1)Short description
2)Common procurement vocabulary (CPV)
60181000, 60182000
3)Quantity or scope
Lot No: 29Lot title: Hire of Articulated Tractor Unit
1)Short description
2)Common procurement vocabulary (CPV)
45500000, 77111000, 77112000
3)Quantity or scope
Lot No: 30Lot title: Recycle Crushers
1)Short description
2)Common procurement vocabulary (CPV)
45500000, 60182000
3)Quantity or scope
Lot No: 31Lot title: Static Welfare Units
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 32Lot title: Large Planer Package
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 33Lot title: Medium Planer Package
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 34Lot title: Small Planer Package
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
Lot No: 35Lot title: Extra Highways Equipment
1)Short description
2)Common procurement vocabulary (CPV)
45500000
3)Quantity or scope
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.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
See ITt.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives of legal and democratic services, any Member of the Council who so wishes may be present at the opening. Internal Audit also has the right to attend any tender opening. Where external agencies contribute to the overall funding of a project, representatives of the agency may also attend at the opening of tenders and be allowed to make note of the tenders and receive a copy of the subsequent written report on the tenders received, provided that such persons agree to observe commercial confidentiality and be bound by the confidentiality requirements of the Local Government Act 1972, as amended.
Section VI: Complementary information
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 tender documents are available from the YORtender website www.yortender.co.uk with reference 9PGJ-CBATFX. For support with registration on the YORtender website or if you are having difficulties accessing the documents through YORtender, please contact the YORtender helpdesk on +44 1670597136 or email yorkshiresupport@due-north.com The successful supplier may be required to participate in the achievement of community wellbeing and positive outcomes for its customers as well as promotion and achievement of social and economic growth and environmental and sustainability policy objectives where this is required by the Contracting Authority in the contract documentation. The concluded contract will be open for use by the 22 local authorities within the Yorkshire and Humber region together with other public sector bodies which may include the Police Service. Details of the authorities can be found at;http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=144017445
GO Reference: GO-201568-PRO-6663302.
VI.4.1)Body responsible for appeal procedures
City of Wakefield District Council
Corporate Procurement Unit
WF1 2DD Wakefield
UNITED KINGDOM
Telephone: +44 1924306969
Body responsible for mediation procedures
City of Wakefield District Council
Corporate Procurement Unit
WF1 2DD Wakefield
UNITED KINGDOM
Telephone: +44 1924306969
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Council of the City of Wakefield
Corporate Procurement Unit, Wakefield One, Burton Street
WF1 2EB Wakefield
UNITED KINGDOM
E-mail: procurement@wakefield.gov.uk
Telephone: +44 1924306974
VI.5)Date of dispatch of this notice: