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

Purchase of a Forest Harvesting Machine.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Wakefield Council
Strategic Procurement Team, Wakefield One, PO Box 700, Burton Street
For the attention of: Ian Westlake
WF1 2EB Wakefield
UNITED KINGDOM
Telephone: +44 1924306974
E-mail:

Internet address(es):

General address of the contracting authority: http://www.wakefield.gov.uk

Address of the buyer profile: www.yortender.co.uk

Further information can be obtained from: YORtender
Contact point(s): https://www.yortender.co.uk
For the attention of: YORE998KEB

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: YORtender
Contact point(s): https://www.yortender.co.uk
For the attention of: YORE998KEB

Tenders or requests to participate must be sent to: YORtender
Contact point(s): https://www.yortender.co.uk
For the attention of: YORE998KEB

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:
Purchase of a Forest Harvesting Machine.
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: The district of Wakefield Council.

NUTS code UKE43

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)
Wakefield Council has a requirement to purchase a forestry tractor with a factory fitted harvesting crane and head (Forest Harvesting Machine) to operate in harsh woodland environment in all weathers and terrain. The Forest Harvesting Machine will undertake timber harvesting of softwood and hardwood through the felling and cutting to size of both types of materials and also be able to run three point linkage based equipment.
The Contract with the Council will consist of distinct phases
1) Pre-delivery. The construction and build of the Forest Harvesting Machine will be from placement of the Order through to the Forest Harvesting Machine being delivered to the Council and being accepted ‘in service'.
2) Warranty. The warranty period for servicing repair and parts will operate from the ‘in service' date to the conclusion of the warranty period; a minimum 12 months, maximum 5 years at the discretion of the Council. Full details of the warranty requirements are detailed in the specification
3) After Sales. The Council also expects a first class after sales service from the Contractor where the warranty does not apply for the life of the Forestry Harvesting Machine, expected to be a minimum seven years but up to nine years from the ‘in service' date. This service will commence on the ‘in service' date.

Please log in and register your interest on the YORtender portal (www.yortender.co.uk) to be able to download the full tender documentation. Contract reference YORE 998KEB

II.1.6)Common procurement vocabulary (CPV)

16300000, 16700000, 16340000, 16000000, 34220000, 34224000, 34390000

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: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Wakefield Council has a requirement to purchase a forestry tractor with a factory fitted harvesting crane and head (Forest Harvesting Machine) to operate in harsh woodland environment in all weathers and terrain. The Forest Harvesting Machine will undertake timber harvesting of softwood and hardwood through the felling and cutting to size of both types of materials and also be able to run three point linkage based equipment.
The Contract with the Council will consist of distinct phases
1) Pre-delivery. The construction and build of the Forest Harvesting Machine will be from placement of the Order through to the Forest Harvesting Machine being delivered to the Council and being accepted ‘in service'.
2) Warranty. The warranty period for servicing repair and parts will operate from the ‘in service' date to the conclusion of the warranty period; a minimum 12 months, maximum 5 years at the discretion of the Council. Full details of the warranty requirements are detailed in the specification
3) After Sales. The Council also expects a first class after sales service from the Contractor where the warranty does not apply for the life of the Forestry Harvesting Machine, expected to be a minimum seven years and a maximum of nine years from the ‘in service' date. This service will commence on the ‘in service' date.

Please log in and register your interest on the YORtender portal (www.yortender.co.uk) to be able to download the full tender documentation. Contract reference YORE 998KEB

Estimated value excluding VAT: 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the tender documentation.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 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:
YORE998KEB
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
27.1.2014 - 12:00
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
Duration in months: 5 (from the date stated for receipt of 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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

City of Wakefield Metropolitan District Council
PO Box 700 Wakefield One Burton Street
WF1 2EB Wakefield
UNITED KINGDOM
E-mail:
Telephone: +44 1924306781

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

City of Wakefield Metropolitan District Council
PO Box 700 Wakefield One Burton Street
WF1 2EB Wakefield
UNITED KINGDOM
E-mail:
Telephone: +44 1924306781

VI.5)Date of dispatch of this notice:
13.12.2013