Tender for Snow Clearing Services
Winter service operations within the Administrative Area of Kirklees, 1.10.2014 TO 30.9.2016 (with provision to extend for a further 2 years (1 + 1) until 30.9.2018).
United Kingdom-Huddersfield: Snow-clearing services
2014/S 068-117144
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Council of the Borough of Kirklees
Town Hall, Ramsden Street
For the attention of: Beverley Martin/Shazad Moghal
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
Tender Opening Officer, Corporate Procurement, Civic Centre III, Market Street
HD1 2EY Huddersfield
UNITED KINGDOM
Internet address: URL: https://www.yortender.co.uk
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKE43
These operations include the precautionary application of de-icing agent to the carriageway and footway, throughout the winter maintenance season (refer to Schedule 1 and Schedule 2 of the tender documents).
During periods of heavy snow fall or extended snow fall additional resources are sought to support service delivery during these events, operations will include snow ploughing, de-icing agent application and snow clearance works (refer to Schedule 2 of the tender documents).
90620000, 90630000
Description of these options: The Contract is for a guaranteed period of 24 months from 1.10.2014 to 30.9.2016 with provision to extend for a further 2 years until 30.9.2018 therefore the overall maximum framework period may be 48 months. The estimated annual Contract value for these services is GBP 750,000.
The estimated value throughout the duration of the Contract is GBP 3,000,000.
Number of possible renewals: 2
Section III: Legal, economic, financial and technical information
Description of particular conditions: As detailed in the tender documents.
The relevant section 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 reserves the right to refuse any Tenderer’s application and to excluded its tender from the 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 Contacts Regulations 2006 which requires or permits the Council not to select or treat 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 14 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 requirements.
In response to Sections B1 and B2 of the Business Questionnaire, Tenderers are required to provide their most recent two (2) years’ Full Accounts or if these are unavailable your most recent trading accounts.
Should the Council establish that the submitted accounts are not the most recent accounts or recent trading 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. Failure to supply accounts or trading 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 2 years’ accounts.
The information provided in response to B3 will be used in the financial assessment of the Tenderer for the purpose of questions 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. Information supplied in response to Section B 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 – Council Insurance requirements.
Further to Section D1 of the Business Questionnaire, all Tenderers must provide confirmation that their insurance cover meets the minimum insurance requirements, Employers Liability Indemnity = GBP 5,000,000 or in respect of insurance provided by a Public Liability insurance policy and Motor Insurance Policy, the indemnity limit in respect of loss or damage to property shall be not less than GBP 5,000,000 for any one occurrence or seriers of occurrences arising out of one event and unlimited in any one year.
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, before contract commencement.
If the Tenderer’s insurances do not meet the Council’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.
Section D2 Will not be scored however, if the answer leads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant’s ability to properly perform the contract) that it would be inappropriate to select the Applicant on this occasion, this may result in exclusion.
General:
Kirklees Council, reserves the right to carry out independent financial vetting if required. Any vetting which leads the Council, acting reasonably, to conclude that it would be inappropriate to select the Tenderer on this occasion will lead to exclusion.
Tenderers scoring less than 14 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.
Tenderers must complete Section E of the Business Questionnaire contained within the Tender Document.
Minimum level(s) of standards possibly required:
In relation to Section E1, Tenderers must provide a list of (i) the main activities of their Company and (ii) how long they have been undertaking them, relevant to this procurement.
Responses to E1 will be scored as follows:
Excellent examples provided (matching client requirement) = 6;
Acceptable examples provided (matching client requirement) = 4;
Poor examples provided = 2;
Unacceptable examples provided = 1.
Responses to E2 will be scored:
Excellent examples provided (matching client requirement) = 6;
Acceptable examples provided (matching client requirement) = 4;
Poor examples provided = 2;
Unacceptable examples provided = 1.
Responses to E3 will be scored:
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;
Unacceptable examples provided or no relevant examples = 1.
Responses to E4 will be scored:
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, E7 and E8 Not scored – For information only.
Tenderers scoring less than 14 overall in the Business Questionnaire will not be selected for consideration of their tender submission.
Section IV: Procedure
Payable documents: no
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: At least 6 months.
For the avoidance of doubt please note that:
— The estimates given in Section II.2.2 of this Notice are strictly estimated values only. Any information supplied in the Tender Documents as to the likely volumes of works or the times when they are likely to be required are given purely as indication of past experiences of Kirklees Council.
— 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 Works on behalf of Kirklees Council. 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 types of Services.
Kirklees Council is not bound to enter into any Service Contract or other contract following discussions or other representations and Kirklees Council shall not incur any liability in respect of any failure to enter into any Service Contract or in connection with the total volume, type of Service 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 Services.
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 14 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.
— Orders for Service Contracts will be placed with the lowest priced Contractor in accordance with the procedure in Clause 3 of the Form of Framework Agreement attached to this document.
— In addition, Kirklees Council will undertake an appraisal of the rates in the Schedules.
— 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 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 will be available from the website http://yortender.co.uk, with reference YORE-9H7KUS. If you need assistance in downloading the relevant information, or uploading your submission, then please contact the Supplier Helpdesk (+44 1670597136) or email yorkshiresupport@due-north.com
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=91615254
GO Reference: GO-201442-PRO-5574733