Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Tameside Metropolitan Borough Council
For the attention of: Mr Mark Ellison
SK15 1ST Stalybridge
United Kingdom
Telephone: +44 1613422758
E-mail:
Internet address(es):
General address of the contracting authority: http://www.tameside.gov.uk/
Address of the buyer profile: www.tameside.gov.uk
Electronic access to information: www.the-chest.org
Electronic submission of tenders and requests to participate: www.the-chest.org
Further information can be obtained from: Tameside Metropolitan Borough Council
Please refer to details in the Tender Pack
For the attention of: Mr Mark Ellison
SK15 1ST Stalybridge
United Kingdom
Telephone: +44 1613422758
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Tameside Metropolitan Borough Council
Please refer to details in the Tender Pack
For the attention of: Mr Mark Ellison
SK151ST Stalybridge
United Kingdom
Telephone: +44 1613422758
E-mail:
Tenders or requests to participate must be sent to: Tameside Metropolitan Borough Council
Please refer to details in the Tender Pack
For the attention of: Mr Mark Ellison
SK15 1ST Stalybridge
United Kingdom
Telephone: +44 1613422758
E-mail:
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Tender for the Supply and Delivery of 22 x Refuse Collection Vehicles.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Tameside Metropolitan Borough Council is inviting tenders for the supply and delivery of 22 refuse collection vehicles of varying specifications for its Waste and Recycling Service to ensure the continued effective collection of the Boroughs domestic (including rural), commercial and recycled waste. The contract will be for the outright purchase of the required vehicles.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Tameside Metropolitan Borough Council is inviting tenders for the supply and delivery of 22 refuse collection vehicles of varying specifications for its Waste and Recycling Service to ensure the continued effective collection of the Boroughs domestic (including rural), commercial and recycled waste. The contract will be for the outright purchase of the required vehicles.
Estimated value excluding VAT:
Range: between 2 500 000 and 3 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1 - 20 x 26 Ton 6 x 2 Refuse Collection Vehicles Specification Number TS-01-20161)Short description
The supply of 20 26 000-kg Refuse collection vehicles 18 vehicles for domestic waste and recycled waste collections 2 vehicles for commercial waste collections a total of 20 vehicles.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
The supply of 20 26 000-kg Refuse collection vehicles 18 vehicles for domestic waste and recycled waste collections 2 vehicles for commercial waste collections a total of 20 vehicles.
Estimated value excluding VAT:
Range: between 2 000 000 and 2 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2- 2 x 12 Ton 4 x 2 Refuse Collection Vehicles, Specification Number TS-02-20161)Short description
The supply of 2 12 000-kg refuse collection vehicles for the collection of domestic and recycled waste from rural areas.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
The supply of 2 12 000-kg refuse collection vehicles for the collection of domestic and recycled waste from rural areas.
Estimated value excluding VAT:
Range: between 150 000 and 200 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Contained within the Invitation to Tender Document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Contained within the Invitation to Tender Document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Contained within the Invitation to Tender Document.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Contained within the Invitation to Tender Document.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Contained within the Invitation to Tender Document.
Minimum level(s) of standards possibly required: Contained within the Invitation to Tender Document.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Contained within the Invitation to Tender Document.
Minimum level(s) of standards possibly required:
Contained within the Invitation to Tender Document.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DN167238
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 25.7.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate25.7.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates20.6.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersDate: 19.8.2016 - 0:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tenders to be opened by the Council's Democratic Services.
I.1) Name, addresses and contact point(s)
Postal address: Please refer to details in the Tender Pack.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresTameside Metropolitan Borough Council
Highways and Transport Services
SK151ST Stalybridge
United Kingdom
E-mail:
Telephone: +44 1613422758
Body responsible for mediation procedures
Borough Solicitors Office
Dukinfield Town Hall
SK164LA Dukinfield
United Kingdom
Telephone: +44 1613428355
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Appeals to be registered during the 10 day standstill period between contact award notification and contract award.
VI.4.3)Service from which information about the lodging of appeals may be obtainedBorough Solicitors Office
As above
United Kingdom
Telephone: +44 1613428355
Internet address: www.tameside.gov.uk
VI.5)Date of dispatch of this notice:15.6.2016