Surface dressing of footways and carriageways West Yorkshire contract
. The Services will consist of the provision of labour, plant, materials and traffic management to carry out Surface Dressing of Footways and Carriageways within the administrative areas of the relevant Contracting Authority of the Council of the Borough of Kirklees, Leeds City Council, City of Wakefield.
United Kingdom-Huddersfield: Surface dressing
2013/S 228-395889
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
The Council of the Borough of Kirklees
Town Hall, Ramsden Street
For the attention of: Robert Williams
HD1 2TA Huddersfield
UNITED KINGDOM
Telephone: +44 1484221000
E-mail: highways.contracts@kirklees.gov.uk
Fax: +44 1484225577
Internet address(es):
General address of the contracting authority: https://www.kirklees.gov.uk
Electronic access to information: https://www.yortender.co.uk
Electronic submission of tenders and requests to participate: https://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: Kirklees Council
E-Procurement, Civic Centre III, Market Street
For the attention of: Tender Opening Officer
HD1 2EY Huddersfield
UNITED KINGDOM
The contracting authority is purchasing on behalf of other contracting authorities: yes
Leeds City Council
Civic Hall, Calverley Street
LS1 1UR Leeds
UNITED KINGDOM
City of Bradford Metropolitan District Council
City Hall, Channing Way
BD1 1HY Bradford
UNITED KINGDOM
Wakefield Metropolitan District Council
Town Hall, Wood Street
WF1 2HQ Wakefield
UNITED KINGDOM
Calderdale Council
Town Hall, Crossley Street
HX1 1UJ Halifax
UNITED KINGDOM
Section II: Object of the contract
Execution
NUTS code UKE
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 25 000 000 GBP
http://local.direct.gov.uk/LDGRediret/MapLocationSearch.do?mode=1.1&map=4
as more fully described in the Service Information document which forms part of the Tender Documents.
44113810, 45233220, 45233253, 45233210
Section III: Legal, economic, financial and technical information
Description of particular conditions: Description of particular conditions: As detailed in the Tender Documents.
The relevant selection criteria set out within the Business Questionnaire are based on those criteria permitted under Regulations 23 to 26 of the Public Contracts Regulations 2006.
Kirklees Council, acting as the main Contracting Authority, reserves the right to refuse any Tenderer’s application and to exclude its tender from evaluation in any of the circumstances as follows:
— in the event that the Business Questionnaire, supporting information or any other tender submissions are incomplete, inaccurate or misleading;
— for any reason specified in Regulation 23 (criteria for rejection of economic operators) of the Public Contracts Regulations 2006 which requires or permits the Council not to select or to treat as ineligible applicants/economic operators;
The information supplied in the Business Questionnaire will be scored according to the criteria set out within that document.
Tenderers scoring LESS THAN 16 overall in the Business Questionnaire will NOT be selected for consideration of their tender submission.
Minimum level(s) of standards possibly required: Section B – Financial requirments.
In response to Sections B1 and B2 of the Business Questionnaire, Tenderers are required to provide their most recent two (2) years’ FULL (non abbreviated) accounts (or for the period of your incorporation or trading if less than 2 years).
Responses to Section B2 will be scored as follows:
— Net Profit levels reasonable and consistent/increasing over 2 years = 6,
— Net Profit levels reasonable but decreasing over 2 years = 4,
— Net Profit levels low and consistent/increasing over 2 years = 2,
— Net Profit levels low but decreasing over 2 years = 1.
Should the Council establish that the submitted accounts are not the most recent accounts in accordance with the requirements at B1 and B2, the Council will use its judgement as to which figures to use for evaluation purposes.
Modified balance sheets, without trading account summaries and details of turnover are not acceptable.
Failure to supply requested accounts will result in exclusion.
In relation to Section B3 of the Business Questionnaire, the Tenderer’s answer to section A12 of the Business Questionnaire (i.e. “is your parent company or ultimate holding company prepared to guarantee the performance of your company?”) was ‘yes,’ Tenderers must provide that company’s most recent two (2) years’ FULL (non abbreviated) accounts. The information provided in response to B3 will be used in the financial assessment of the Tenderer for the purposes of scoring of B1 and B2.
In relation to Section B4 of the Business Questionnaire, Tenderers must provide details of any material changes affecting their business operations since the end of the period to which the most recent submitted accounts apply. Any Information provided will be used to update the information provided at B1 and B2 and those scores will be adjusted accordingly.
Information supplied in response to Section B generally will be checked against the submitted accounts. In the event of any discrepancy, the figures stated in the submitted accounts will be used.
Section D – Insurance requirments.
Further to Section D1 of the Business Questionnaire, all Tenderers must provide confirmation that their insurance cover meets the minimum insurance requirements, which are described in fuller detail in Section D1.
If a Tenderer does not possess the minimum insurance cover required, then they must confirm that if awarded a contract, they will meet the minimum insurance requirements, at no extra cost to the Council or the other Contracting Authorities, before contract commencement.
If the Tenderer’s insurances do not meet the Contracting Authority’s minimum requirements, and the Tenderer does not provide confirmation that it will meet said requirements before the Commencement of the contract, this will result in exclusion.
General.
Kirklees Council, as the main Contracting Authority, reserves the right to carry out independent financial vetting if required. Any vetting which leads the contracting authority, acting reasonably, to conclude that it would be inappropriate to select the Tenderer on this occasion will lead to exclusion.
Tenderers scoring Less than 16 overall in the Business Questionnaire will NOT be selected for consideration of their tender submission.
For further information see Section VI.3 of this notice below.
III.2.3) Technical capacity.
Information and formalities necessary for evaluating if the requirements are met:
Tenderers must complete Section E of the Business Questionnaire contained within the Tender Document.
Minimum level(s) of standards possibly required:
In relation Section E1, Tenderers must provide a list of (i) the main activities of their business; and (ii) how long they have been undertaking them, relevant to this procurement.
Responses to E1 will be scored as follows:
— Examples provided matching client requirement = 4,
— Poor examples provided or no relevant examples = 1.
In relation Section E2, Tenderers must state the number of similar contracts that the company has carried out within the last 3 years.
Responses to E2 will be scored as follows:
— Examples provided matching client requirement = 4,
— Poor examples provided or no relevant examples = 1.
In relation Section E3, Tenderers must provide the names and full addresses of at least three referees for your company. Who have confirmed their willingness to provide a reference for similar types of work.
Responses to Section E3 will be scored as follows:
— Three or more relevant examples provided (closely matching client requirement) = 6,
— Two relevant examples provided (matching client requirement) = 4,
— One relevant (matching client requirement) examples provided = 2,
— Poor examples provided or no relevant examples = 1.
If the Council receives no references, or, if any information obtained from referees leads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Tenderer’s ability to properly perform the contract) that it would be inappropriate to select the Tenderer on this occasion, then the Council reserves the right to exclude the Tenderer.
In relation Section E4, Tenderers must provide details of:
— Any penalties, default notices or liquidated damages awarded against it during the last 3 years in respect of comparable services;
— Any contracts terminated or any employment terminated under the terms of a contract during the last 3 years in respect of comparable services;
— Any contract not renewed for failure to perform to the terms of that contract; or
– Any incident where the Tenderer withdrew itself from a contract after the contract award but before its completion.
Responses to Section E4 will be scored as follows:
— No penalties, damages, terminations or withdrawals = 6,
— Penalties etc applied with satisfactory explanation = 4,
— Penalties etc applied without satisfactory explanation = 1.
Responses to E5, E6 and E7 will not be scored and are for information only.
Tenderers scoring LESS THAN 16 overall in the Business Questionnaire will NOT be selected for consideration of their tender submission.
For further information see Section VI.3) of this notice below.
Section IV: Procedure
Place:
Time and Place to be arranged.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives of Corporate Procurement, Audit and any other authorised Officer of the Council.
Section VI: Complementary information
Estimated timing for further notices to be published: Estimated timing for further notices to be published: At least 6 months prior to the expiry date.
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 lowest price.
Estimated total value of purchase for the entire duration of the Framework Agreement
Please note the range of values stipulated in Section II.1.4) of this Notice covers the potential spend of all of the participating Contracting Authorities, across the whole of the Yorkshire and Humber Region, throughout the duration of the Framework Agreement.
Notwithstanding the above paragraph, however, for the avoidance of doubt please note that:
— The estimates given in Section II.1.4) of this Notice are strictly estimated values only. Any information supplied in the Tender Documents as to the likely volumes of Services or the times when they are likely to be required are given purely as indication of past experiences of the Contracting Authorities.
— Furthermore, please note that estimates give in Section II.1.4) of this Notice are based on third party estimates of anticipated future workloads during the Framework Period as at the date of this Notice, and Kirklees Council gives no warranty as to the accuracy of said data.
— The anticipated total value and usage of this Framework Agreement is unknown at present. Tenderers should note that it is not possible to establish an exact future workload and it is therefore not possible to guarantee that all or any the successful economic operators with whom Kirklees Council enters into the Framework Agreement will in fact be called upon to execute Services on behalf of Kirklees Council or any of the other Contracting Authorities. Unless otherwise specifically stated elsewhere in the Tender Documents, there is no minimum or maximum value/quantity of Services that may be ordered on any one occasion and the rates tendered must therefore reflect the likelihood of varying magnitude of Service and types of Service.
— No Contracting Authority is bound to enter into any Task Order or other contract following discussions or other representations and no Contracting Authority shall incur any liability in respect of any failure to enter into any Services Contract or in connection with the total volume, type of Services or value of Services anticipated by any of Tenderers or which any Tenderer is asked to carry out.
— Without prejudice to the generality of the foregoing, the Tenderer will not be reimbursed any costs or expenses incurred in discussions and preparation of documentation for any prospective Works.
Selection Criteria.
Any selection of tenderers will be based purely on the criteria set out in the Business Questionnaire and the remaining Tender Documents.
Tenderers scoring LESS THAN 16 overall in the Business Questionnaire will NOT be selected for consideration of their tender submission.
Award Criteria.
Notwithstanding the foregoing paragraph of this Section VI.3 above relating to SMEs, all Tenderers who reach the Selection Criteria as stipulated in the Business Questionnaire shall then be assessed and the Contract shall then be awarded on the basis of lowest price as follows:
— All Tenderers meeting the minimum thresholds as stipulated in the Business Questionnaire will be accepted onto the Framework Arrangement.
— Task Orders will be placed with the lowest priced Contractor in accordance with the procedure in Clause 5 of Schedule 1 of the Form of Framework Agreement attached to this document.
— In addition, Kirklees Council will undertake an appraisal of the rates in the Framework Price List.
— Tenderers may be asked to explain any anomalies at a Post-Tender Clarification Meeting.
— Abnormally high or low tenders may, at the sole discretion of Kirklees Council’s be excluded.
The evaluation will be undertaken by Kirklees Council and the following other Contracting Authorities:
— Leeds City Council,
— City of Wakefield Metropolitan Council,
— Bradford Metropolitan Council, and
— Calderdale Council.
who will follow a systematic and comprehensive process in accordance with Council’s procedures.
For further information, please refer to the Tender Documents.
Availability of Tender Documents.
Tender Documents will be available from the website http://yortender.co.uk, with reference YORE-9D2KWE. If you need assistance in downloading the relevant information, or uploading your submission, then please contact the Supplier Helpdesk (01670 597136) or email yorkshiresupport@due-north.com.
Participating Contracting Authorities
The five (5) main Local Authorities within the Yorkshire and Humberside Region which are anticipated to place orders are as follow:
— Kirklees Council, The Town Hall, Ramsden Street, Huddersfield HD1 2TA;
— Leeds City Council, Civic Hall, Calverley Street, Leeds LS1 1UR;
— Bradford Metropolitan District Council, City Hall, Channing Way, Bradford BD1 1HY;
— Wakefield Metropolitan District Council, Town Hall, Wood Street, Wakefield WF1 2HQ;
— Calderdale Council, Town Hall, Crossley Street, Halifax HX1 1UJ.
Details of the other relevant Contracting Authorities who may participate in this Framework 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=78190984
GO Reference: GO-20131121-PRO-5282593
VI.5)Date of dispatch of this notice:21.11.2013