Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)The City of Bradford Metropolitan District Council
Britannia House, Bradford
For the attention of: Nikki Gibson
BD1 1HX Bradford
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: www.bradford.gov.uk
Address of the buyer profile: www.yortender.co.uk
Electronic access to information: www.yortender.co.uk
Electronic submission of tenders and requests to participate: 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 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:Framework Agreement for Skip Hire & Skip Transportation Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
NUTS code UKE41
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Bradford Council is seeking to appoint a framework of competent, fully permitted waste Contractors to provide:
- Skip hire services to include delivery, collection and final waste disposal
- Skip transportation services of Council owned skips / containers to include collection, transportation, delivery and on occasion final waste disposal
The estimated value of the contract, excluding VAT, is GBP 300 000 over the initial contract period. This is an indicative amount for information only and no guarantee of future contract value should be assumed. The contract is estimated to run for an initial 2 years with an option, at the sole discretion of the Council, to extend for a further 1 year subject to satisfactory contract performance and the Council still having the need and funding for the contract.
II.1.6)Common procurement vocabulary (CPV)34928480, 90500000, 90513000, 90533000, 44613700, 90650000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Skip Hire1)Short description
2)Common procurement vocabulary (CPV)34928480, 90500000, 90513000, 90533000, 44613700, 90650000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Skip Transportation Service1)Short description
2)Common procurement vocabulary (CPV)34928480, 90500000, 90513000, 90533000, 44613700, 90650000
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:
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
III.3.2)Staff responsible for the execution of the service
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 dialogue
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract 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 participate19.2.2014
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 upEnglish.
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
VI.2)Information about European Union funds
VI.3)Additional information
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:10.1.2014