Public Rights of Way Works Contract 2016 Leicestershire
Leicestershire County Council (the Employer) is seeking to identify and appoint a Contractor to maintain and sign public rights of way routes and ensure they are open for use.
United Kingdom-Croft: Agricultural, forestry, horticultural, aquacultural and apicultural services
2016/S 038-062054
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leicestershire County Council
Croft Depot, Arbor Road
For the attention of: Mrs Barbara Hunter
LE9 3GE Croft
UNITED KINGDOM
Telephone: +44 1163053833
E-mail: barbara.hunter@leics.gov.uk
Internet address(es):
General address of the contracting authority: http://www.leics.gov.uk
Address of the buyer profile: https://www.eastmidstenders.org
Electronic access to information: https://www.eastmidstenders.org
Electronic submission of tenders and requests to participate: https://www.eastmidstenders.org
Further information can be obtained from: Leicestershire County Council
County Hall, Leicester Road, Glenfield
For the attention of: Mr Charles Ellis
LE3 8RA Leicester
UNITED KINGDOM
Telephone: +44 1163055859
E-mail: charles.ellis@leics.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leicestershire County Council
Croft Depot, Arbor Road
For the attention of: Mrs Barbara Hunter
LE9 3GE Croft
UNITED KINGDOM
Telephone: +44 1163053833
E-mail: barbara.hunter@leics.gov.uk
Tenders or requests to participate must be sent to: Leicestershire County Council
Croft Depot, Arbor Road
For the attention of: Mrs Barbara Hunter
LE9 3GE Croft
UNITED KINGDOM
Telephone: +44 1163053833
E-mail: barbara.hunter@leics.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
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 UKF
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Leicestershire County Council (the Employer) is seeking to identify and appoint a Contractor to maintain and sign public rights of way routes and ensure they are open for use. The Contract will be awarded for the 2016/2017 and 2017/2018 seasons with a works period between 4.5.2016 and 31.3.2018. Works as and when required will be instructed by a Task Order. The 1st years’ work Only is included within the price list which will be doubled up to come up with the Total bid for the works. Depending on the Contractor’s performance the Contract may be extended in 1 year increments for a further 3 years making a maximum length of contract of 5 years. N.B. We will review the quality of materials and workmanship on a 6 monthly basis and also completion of task orders within agreed time scales.
II.1.6)Common procurement vocabulary (CPV)
77000000, 77200000, 77300000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Leicestershire County Council (the Employer) is seeking to identify and appoint a Contractor to maintain and sign public rights of way routes and ensure they are open for use. The Contract will be awarded for the 2016/2017 and 2017/2018 seasons with a works period between 4.5.2016 and 31.3.2018. Works as and when required will be instructed by a Task Order. The 1st years’ work Only is included within the price list which will be doubled up to come up with the Total bid for the works. Depending on the Contractor’s performance the Contract may be extended in 1 year increments for a further 3 years making a maximum length of contract of 5 years. N.B. We will review the quality of materials and workmanship on a 6 monthly basis and also completion of task orders within agreed time scales.
Estimated value excluding VAT:
Range: between 300 000 and 750 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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: As stated within the Invitation to Tender.
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
Minimum level(s) of standards possibly required: As stated within the Invitation to Tender.
III.2.3)Technical capacity
As stated within the Invitation to Tender.
Minimum level(s) of standards possibly required:
As stated within 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.3.3)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.4.1)Body responsible for appeal procedures
High Court, Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Internet address: http://www.justice.gov.uk/
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: