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

Contract for the supply and/or maintenance of vehicles

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Dacorum Borough Council
Civic Centre, Marlowes, Hemel Hempstead
Contact point(s): Commissioning, Procurement and Compliance
For the attention of: Andrew Linden
HP1 1HH Hertfordshire
UNITED KINGDOM
Telephone: +44 1442228263
E-mail:

Internet address(es):

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

Address of the buyer profile: www.dacorum.gov.uk/procurement

Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/tenders/UK-Hertfordshire:-Refuse-collection-vehicles./6W98AKZCC2

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
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:
Contract for the supply and/or maintenance of vehicles
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these

NUTS code UKH23

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)
Refuse-collection vehicles. Repair, maintenance and associated services of vehicles and related equipment. Motor vehicles. 4-wheel-drive vehicles. All-terrain vehicles. Off-road vehicles. Road-sweeping vehicles. The Council are looking for a suitable Contractor to Supply the Council's vehicles for the next 7 years (with the option to extend for a further 7 years). Currently, the Council carries out repairs in house using our Vehicle Repair Shop and would like to test the market to see whether an external Contractor would offer a more economical option and/or improve service delivery. This contract is split into 3 Lots, Lot 1, the Supply of the Vehicles, Lot 2, the Maintenance of the Vehicles and Lot 3 a combination of Lot 1 & 2.
II.1.6)Common procurement vocabulary (CPV)

34144511, 50100000, 34100000, 34113000, 34113200, 34113300, 34144430

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:
Lot 1 - Supply of vehicles
Lot 2 - Maintenance of vehicles
Lot 3 - Supply and maintenance of vehicles
The Council could award Lot 1 only (which is in line with current practice, i.e. maintaining the vehicles in-house); or could award Lot 1 and Lot 2 seperately (with one organisation supplying vehicles and another maintaining them); or award Lot 3 to one Contractor to carry out the supply and maintenance of the vehicles. The costs / benefits of the different approaches will be explored and determined as part of the procurement process.
Estimated value excluding VAT: 28 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The anticipated contract duration is 7 years with the option to extend for a further 7 years. A review will be undertaken after 5 1/2 years to look at whether an extension would be beneficial to the Council or not.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Supply of Vehicles
1)Short description
Supply of vehicles and plant including refuse and recycling vehicles, street sweepers, large and small vans etc.
2)Common procurement vocabulary (CPV)

34144511, 34144430, 34100000, 34113000, 34113200

3)Quantity or scope
After a review of the Council's Refuse Collection Service, the Council are moving to a new collection service which involves weekly collection of food waste; an alternative-weekly collection scheme with residual waste collected on the alternative week to co-mingled dry recyclables and fortnightly collections of garden waste. To assist with this new service delivery model, the Council will need to replace the current fleet with split-bodied vehicles. These vehicles need to be available for October 2013 when the new collection scheme is delivered from. In addition to the split-bodied vehicles, the Council will also require the purchase of the remainder of the fleet (except for the Council's Ground Maintenance Vehicles) over the 7 year period. The Council have a variety of vehicles which could change over the next 7 years depending on the Council's requirements.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 84 (from the award of the contract)
5)Additional information about lots

Lot No: 2 Lot title: Maintenance of Vehicles
1)Short description
Maintenance of the Council's vehicles and running of the Vehicle Repair Shop based up at Cupid Green Depot, Hemel Hempstead.
2)Common procurement vocabulary (CPV)

50100000

3)Quantity or scope
The Council currently maintain vehicles through the Vehicle Repair Shop based at the Council's Refuse Collection Depot, Cupid Green, Hemel Hempstead. As part of Lot 2, the Council would like to test the market to see if the market can offer a more cost effective whilst maintaining high standard of service delivery. The Vehicle Repair Shop maintains not only the Refuse vehicles but also the Council's oter fleet with the exception of Grounds Maintenance Equipment.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 84 (from the award of the contract)
5)Additional information about lots

Lot No: 3 Lot title: Supply and Maintenance of vehicles
1)Short description
The supply and maintenance of the Council's Commercial Fleet.
2)Common procurement vocabulary (CPV)

50100000, 34144511, 34144430, 34100000, 34113000, 34113200

3)Quantity or scope
After a review of the Council's Refuse Collection Service, the Council are moving to a new collection service which involves weekly collection of food waste; an alternative-weekly collection scheme with residual waste collected on the alternative week to co-mingled dry recyclables and fortnightly collections of garden waste. To assist with this new service delivery model, the Council will need to replace the current fleet with split-bodied vehicles. These vehicles need to be available for October 2013 when the new collection scheme is delivered from. In addition to the split-bodied vehicles, the Council will also require the purchase of the remainder of the fleet (except for the Council's Ground Maintenance Vehicles). The Council have a variety of vehicles which could change over the next 7 years depending on the Council's requirements.
The Council currently maintain vehicles through the Vehicle Repair Shop based at the Council's Refuse Collection Depot, Cupid Green, Hemel Hempstead. The Vehicle Repair Shop maintains not only the Refuse vehicles but also the Council's oter fleet with the exception of Grounds Maintenance Equipment.
The Council would like to see if the market can supply and maintain the Council's fleet in a more cost effective way whilst maintaining high standards of service delivery.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 84 (from the award of the contract)
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:
Parent company guarantees, bonds and/or collateral warranties from the principal as well as sub-contractors may be required. The council's requirements will be identified in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment to the contracting entity will be in pounds sterling and normally be required to be made by means of electronic fund transfer. Full details will be contained in the invitation to tender documents. Payments will be made on the delivery of the vehicle(s) and at the end of each contract month in arrears.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting entity's specific requirements are to be determined but it does require that any contract(s) awarded be entered into by a single legal entity on the part of the successful candidate(s). Any legal entity which has a group of entities will be required to provide an undertaking to be jointly and severally responsible for the due performance of the concession agreement.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalties necessary for evaluating are met. All information regarding personal situation of economic operators, including requirements relating to enrolment on professional or trade registeres are detailed in the pre-qualification (PQQ) pack.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: These details are fully detailed in the PQQ pack.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met: These requirements are fully detailed in the PQQ pack.
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
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 10
Objective criteria for choosing the limited number of candidates: Information contained in the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
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:
CPU00260
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: 11.11.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.11.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
18.11.2013
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
IV.3.8)Conditions for opening of tenders

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
The Contracting Entity reserves the right to award the contract in whole or in part or not at all as a result of this call for competition. The Contracting Entity shall not be liable for any costs or expenses incurred by any bidders in responding to this notice or in tendering for the proposed contract(s).
The Contracting Entity shall not be liable for any costs incurred howsoever in the event that the Contracting Entity decides to abandon the tender process altogether before the tender process is complete.
For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Hertfordshire:-Refuse-collection-vehicles./6W98AKZCC2

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/6W98AKZCC2

GO Reference: GO-20131010-PRO-5188533
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.10.2013