Supply Grounds Maintenance Vehicles and Machinery
This is an invitation to tender for the provision of vehicles and machinery to support a grounds maintenance contract.
United Kingdom-Ashford: Grounds-maintenance equipment
2016/S 047-077327
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Civic Centre, Tannery Lane
Ashford
TN23 1PL
UNITED KINGDOM
Telephone: +44 1233333311
E-mail: procurement@ashford.gov.uk
NUTS code: UKJ4Internet address(es):Main address: http://www.ashford.gov.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA28849
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Grounds Maintenance Vehicles and Machinery.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This is an invitation to tender for the provision of vehicles and machinery to support a grounds maintenance contract. For vehicle procurement various pricing options are requested and will be assessed (i.e. Lease v. Outright Purchase for vehicles). If the Lease Vehicle option is chosen this will run for a term of either 3 or 5 years. A supplier can bid for more than 1 Lot and we are looking to award 1 provider for each Lot.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Vehicles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Ashford, Kent.
II.2.4)Description of the procurement:
Specific vehicles are required in order to carry out the grounds maintenance operations successfully. Evaluation of a leave v. purchase option will be considered as part of the tender evaluation process, and as such the period of contract will either be 3 or 5 years for the leasing option and no specific end date for purchase option.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
If the leasing option chosen, the contract will be re-procured at end of lease.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Tractor
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Ashford, Kent.
II.2.4)Description of the procurement:
A heavy duty tractor is required in order to carry out the grounds maintenance operations successfully.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Large Machinery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Ashford, Kent.
II.2.4)Description of the procurement:
Equipment in this Lot includes ride on mowers, mini diggers, water bowser and trailers. Evaluation of tenders will be based on purchasing the machinery.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Pedestrian Machinery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Ashford, Kent.
II.2.4)Description of the procurement:
Equipment in this Lot includes pedestrian rotary and cylinder mowers, strimmer, backpack and hand held blowers and hedge trimmers. Evaluation of tenders will be based on purchasing the machinery.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
The Public Contracts Regulations 2015.
Discretionary Exclusions:
(1) Contracting authorities may exclude from participation in a procurement procedure any economic operator in any of the following situations:
(a) Where the contracting authority can demonstrate by any appropriate means a violation of applicable obligations referred to in Regulation (56(2));
(b) Where the economic operator is bankrupt or is the subject of insolvency or winding-up proceedings, where it’s assets are being administered by a liquidator or by the Court, where it is in an arrangement with creditors, where it’s business activities are suspended or it is in any analogous situation arising from a similar procedure under the laws and regulations of any State;
(c) Where the contracting authority can demonstrate by appropriate means that the economic operator is guilty of grave professional misconduct, which renders it’s integrity questionable;
(d) Where the contracting authority has sufficiently plausible indications to conclude that the economic operator has entered into agreements with other economic operators aimed at distorting competition;
(e) Where a conflict of interest within the meaning of regulation 24 cannot be effectively remedied by other, less intrusive measures;
(f) Where a distortion of competition from the prior involvement of the economic operator in the preparation of the procurement procedure, as referred to in regulation 41, cannot be remedied by other, less intrusive measures;
(g) Where the economic operator has shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions;
(h) Where the economic operator:
(i) Has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria; or
(ii) Has withheld such information or is not able to submit supporting documents required under regulation 59; or
(i) Where the economic operator has:
(i) Undertaken to:
(aa) Unduly influence the decision-making process of the contracting authority; or
(bb) Obtain confidential information that may confer upon it undue advantages in the procurement procedure; or
(ii) Negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award.
III.1.2)Economic and financial standing
(a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertakings’ overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available;
(d) The Local Authority may undertake a corporate creditworthiness search.
III.1.3)Technical and professional ability
(a) A list of the principal deliveries affected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of satisfactory delivery and services provided shall be given: where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, where the recipient was a private purchaser, by the purchaser’s certification.
(b) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts those upon whom the contractor can call in order to carry out the work;
(c) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Ashford Borough Council, Civic Centre, Tannery Lane, Ashford, Kent, TN23 1PL. F.A.O. Customer Services Manager (Customer Contact Centre).
Section VI: Complementary information
VI.1)Information about recurrence
Dependent on decision lease v. purchase — if lease either 3 or 5 years.
VI.2)Information about electronic workflows
VI.3)Additional information:
The tender document and supply contract to be used can be accessed and viewed from https://sebp.due-north.com Questions for clarification must be entered on the South East Business Portal, and we will hope to respond within 5 days of receipt of question.
It is proposed to issue all items included within a Lot to 1 supplier.
(MT Ref:171632).
VI.4.1)Review body
Civic Centre, Tannery Lane
Ashford
TN23 1PL
UNITED KINGDOM
Telephone: +44 1233333311Internet address:http://www.ashford.gov.uk
VI.4.2)Body responsible for mediation procedures
The Strand
London
WC2A 2LL
UNITED KINGDOM
VI.5)Date of dispatch of this notice: