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

Purchase of vehicles to North East Lincolnshire Council.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

North East Lincolnshire Borough Council
Municipal Offices, Town Hall Square
Contact point(s): www.yortender.co.uk/ Reference YORE-9BVGT6
DN31 1HU Grimsby
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.nelincs.gov.uk

Address of the buyer profile: http://www.nelincs.gov.uk/business/tenders-and-contracts

Electronic access to information: http://www.yortender.co.uk/

Electronic submission of tenders and requests to participate: http://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: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
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:
Purchase of vehicles to North East Lincolnshire Council.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: North East Lincolnshire.

NUTS code UKE13

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)
North East Lincolnshire Council is inviting tenders for the purchase of the following vehicles:
Lot 1: 5 x Diesel/Petrol or electric micro pick-up (the council require a tender price for both models, however only one model vehicle will be purchased)
Lot 2: 1 x SWB 3 500kg panel van
Lot 3: 1 x 7 seater people carrier
Lot 4: 1 x graffiti removal van mounted unit
Lot 5: 2 x all terrain vehicles suitable for line marking
Lot 6: 2 x quad bike sprayers c/w snowplough
Lot 7: 2 x 3 500kg transit tippers
Lot 8: 3 x 7 500kg tipper pick ups
Lot 9: 1 x 18 000kg GVW 1 hoist side loader
II.1.6)Common procurement vocabulary (CPV)

34100000, 34110000, 34144511, 34144510, 34144500, 34140000, 34130000, 34131000, 34136200, 34134200, 34134000, 34113200, 34115200, 34144000, 34142100, 34144900

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
North East Lincolnshire Council is inviting tenders for the purchase of the following vehicles:
Lot 1: 5 x Diesel/Petrol or electric micro pick-up (the council require a tender price for both models, however only one model vehicle will be purchased)
Lot 2: 1 x SWB 3 500kg panel van
Lot 3: 1 x 7 seater people carrier
Lot 4: 1 x graffiti removal van mounted unit
Lot 5: 2 x all terrain vehicles suitable for line marking
Lot 6: 2 x quad bike sprayers c/w snowplough
Lot 7: 2 x 3 500kg transit tippers
Lot 8: 3 x 7 500kg tipper pick ups
Lot 9: 1 x 18 000kg GVW 1 hoist side loader
Estimated value excluding VAT: 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This 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 One - Purchase of 5 x Diesel/Petrol or Electric micro pick-up vehicles
1)Short description
The council require a tender price for both models, however only one model vehicle will be purchased i.e. diesel/petrol or electric.
Lot 1 will be evaluated via 90% whole life costing - price/cost of vehicles and 10% delivery as detailed within the tender documentation.
2)Common procurement vocabulary (CPV)

34131000, 34100000, 34144900

3)Quantity or scope
5 vehicles in total required
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot Two - Purchase of 1 x SWB 3500kg panel van
1)Short description
Purchase of 1 x SWB 3500kg panel van
Lot 2 will be evaluated via 90% price/cost of vehicle and 10% delivery as detailed within the tender documentation.
2)Common procurement vocabulary (CPV)

34136200, 34136000, 34130000, 34100000

3)Quantity or scope
1
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Lot Three - Purchase of 1 x 7 seater people carrier
1)Short description
Purchase of 1 x 7 seater people carrier
Lot 3 will be evaluated via 90% price/cost of vehicle and 10% delivery as detailed within the tender documentation.
2)Common procurement vocabulary (CPV)

34115200, 34110000, 34100000

3)Quantity or scope
1
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Lot Four - Purchase of 1 x graffiti removal van mounted unit
1)Short description
1 x graffiti removal van mounted unit
Lot 4 will be evaluated via 90% price/cost of vehicle and 10% delivery as detailed within the tender documentation.
2)Common procurement vocabulary (CPV)

34144000, 34136000, 34100000

3)Quantity or scope
1
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Lot Five - Purchase of 2 x all terrain vehicles suitable for line marking
1)Short description
2 x all terrain vehicles suitable for line marking
Lot 5 will be evaluated via 90% price/cost of vehicles and 10% delivery as detailed within the tender documentation.
2)Common procurement vocabulary (CPV)

34113200, 34100000

3)Quantity or scope
2
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Lot Six - Purchase of 2 x quad bike sprayers c/w snowplough
1)Short description
2 x quad bike sprayers c/w snowplough
Lot 6 will be evaluated via 90% price/cost of vehicles and 10% delivery as detailed within the tender documentation.
2)Common procurement vocabulary (CPV)

34113200, 34100000, 34144000

3)Quantity or scope
2
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Lot Seven - Purchase of 2 x 3500kg transit tippers
1)Short description
2 x 3500kg transit tippers
Lot 7 only will be evaluated via 80% price/cost of vehicles and 20% payload as detailed within the tender documentation.
2)Common procurement vocabulary (CPV)

34134200, 34134000, 34130000, 34144000, 34136000, 34100000

3)Quantity or scope
2
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Lot Eight - Purchase of 3 x 7500kg tipper pick ups
1)Short description
3 x 7500kg tipper pick ups
Lot 8 will be evaluated via 90% price/cost of vehicles and 10% delivery as detailed within the tender documentation.
2)Common procurement vocabulary (CPV)

34134200, 34131000, 34134000, 34130000, 34100000

3)Quantity or scope
3
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Lot Nine - Purchase of 1 x 18,000kg GVW 1 hoist side loader
1)Short description
1 x 18,000kg GVW 1 hoist side loader
Lot 9 will be evaluated via 90% price/cost of vehicle including whole life costing and 10% delivery as detailed within the tender documentation.
2)Common procurement vocabulary (CPV)

34144511, 34144510, 34144500, 34140000

3)Quantity or scope
1
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:
as defined in tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
as defined in tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and sevral liabilities as defined in tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: as defined in tender documentation.
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: in accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: in accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
Minimum level(s) of standards possibly required: in accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
in accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
Minimum level(s) of standards possibly required:
in accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
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 below

1. Cost/Price for Lots 1, 2, 3, 4, 5, 6, 8 and 9. Weighting 90

2. Delivery for Lots 1, 2, 3, 4, 5, 6, 8 and 9. Weighting 10

3. Cost/Price for Lot 7 only. Weighting 80

4. Payload for Lot 7 only. Weighting 20

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:
Yortender Reference YORE-9BVGT6
IV.3.2)Previous publication(s) concerning the same contract
no
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: 20.11.2013 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.11.2013 - 16:00
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: .120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 20.11.2013 - 16:30

Place:

Municipal Offices Grimsby

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
All requests for information and submission of tenders must be undertaken via our e-tendering portal YORtender. The email provided under Section I.1 is provided for European Commission use only.
Lots 1, 2, 3, 4, 5, 6, 8 and 9 will be evaluated via 90 % price/cost of vehicles and 10 % delivery as detailed within the tender documentation.
Lot 7 only will be evaluated via 80 % price/cost of vehicles and 20 % payload as detailed within the tender documentation.
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: In accordance with regulation 47 of the Public Contracts Regulations 2006 the council will incorporate a minimum 10 calendar day standstill period starting from the day following the date of award decision notification is dispatched to bidders. This period allows unsuccessful bidders to invoke the remedies within the Public Contracts Regulations before the contract is entered into. Applicants have until midnight on the 10th day of the standstill period to do this.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
11.10.2013