By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Hire of Plant without Operator - 536/12.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Eastern Shires Purchasing Organisation (see www.espo.org) on behalf of Leicestershire County Council
Barnsdale Way, Grove Park
Contact point(s): Ian Cunnigham
LE19 1ES Leicester
UNITED KINGDOM
Telephone: +44 1162657928
E-mail:
Fax: +44 1162944399

Internet address(es):

General address of the contracting authority: www.espo.org

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: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Other: Local Authority Services
I.4)Contract award on behalf of other contracting authorities
The 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:
Hire of Plant without Operator - 536/12.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Rental

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 40

Duration of the framework agreement

Duration in years: 2

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 12 000 000 GBP
II.1.5)Short description of the contract or purchase(s)

Machinery for mining, quarrying, construction equipment. Construction machinery and equipment. Construction equipment. Agricultural machinery. Agricultural and forestry machinery for soil preparation or cultivation. Electrical machinery, apparatus, equipment and consumables; Lighting. Industrial machinery. Civil engineering machinery. Road-surfacing machinery. Paving machinery. Compacting machinery. Planers. Lifting and handling equipment. Load-bearing equipment. Safety fencing. Short-stay accommodation construction work. Props. Modular and portable buildings. Special-purpose motor vehicles. Gully emptiers. Road-sweeping vehicles. Suction-sweeper vehicles. Traffic lights. Crash barriers. Road barriers. Safety barriers. Road rollers. Mechanical shovels, excavators and shovel loaders, and mining machinery. Earthmoving and excavating machinery, and associated parts. Excavating machinery. Tenders are invited for hire of plant (without operator) of various types, for Leicestershire County Council, including but not restricted to backhoe loaders, telehandlers, excavators, wheeled loaders, road surfacing equipment, rollers, sweepers, cranes, pumps, traffic management equipment, brakers, concrete saws, hydraulic platforms. Whilst initially for use by Leicestershire County Council the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/ojeu-framework-permissible-users.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
II.1.6)Common procurement vocabulary (CPV)

43000000, 43300000, 43320000, 16000000, 16100000, 31000000, 42000000, 43310000, 43312000, 43312300, 43315000, 43312100, 42410000, 34950000, 34928310, 45212413, 44461000, 44211100, 34144000, 34144410, 34144430, 34144431, 34996100, 34928100, 34928110, 34928300, 43312400, 43260000, 43200000, 43262000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.4 includes the option period.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.8.2012. Completion 31.7.2014

Information about lots

Lot No: 1 Lot title: Hire of Plant (without operator) - 536
1)Short description
Tenders are invited for hire of plant (without operator) of various types, for Leicestershire County Council, including but not restricted to backhoe loaders, telehandlers, excavators, wheeled loaders, road surfacing equipment, rollers, sweepers, cranes, pumps, traffic management equipment, brakers, concrete saws, hydraulic platforms.
For futher information about plant types and lots see invitation to tender.
2)Common procurement vocabulary (CPV)

43000000

3)Quantity or scope
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:
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:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marriage and civil partnership, pregnancy and maternity, race, religion and belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Employment Equality (Age) Regulations 2006. The Supplier must comply with the provisions of the Race Relations (Amendment) Act 2000, the Equality Act 2006 and the Equality Act 2010 and the Human Rights Act 1998 and shall ensure that they perform their responsibilities under this Agreement with due regard to the need to eliminate unlawful racial discrimination, and to promote equality of opportunity and good relationships between different racial groups.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in Invitation to Tender.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed in Invitation to Tender.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
As detailed in Invitation to Tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
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 dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
536/12
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2011/S 234-379087 of 6.12.2011

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 12.7.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.7.2012 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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 most economically advantageous tender. GO Reference: GO-2012620-PRO-4007593.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: ESPO on behalf of Leicestershire County Council will incorporate a minimum 10 calendar days standstill period at the point information on the decision to award the contract is communicated to tenderers. This decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a tenderer did not meet any technical specification, the identity of the successful tenderer(s) and a precise statement of when the standstill period is expected to end. Any appeal or challenge against the award decision must be communicated to the address stated in section I.1 within the standstill period. If an appeal or challenge regarding the decision to award the contract has not been successfully resolved the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties who have suffered harm or are at risk of harm by a breach of the procurement rules to take action in the High Court (England Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months) (NB this time limit may be reduced to 30 days in circumstances where the contract award has been publicised to all participants in accordance with the Regulations). Where a legal challenge is launched against the award decision ESPO is obliged to suspend the making of the contract. Where a challenge is made after the contract has been entered into then that contract could be declared ineffective and/or shortened and/or a fine imposed by the court, but only where the court are satisfied that there has been a serious breach of the procurement rules.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.6.2012