Route optimisation solution for waste collection services.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Omagh District Council
The Grange, Mountjoy Road, Co. Tyrone
Contact point(s): Kim McLaughlin
For the attention of: Daniel McSorley, Chief Executive
BT79 7BL Omagh
UNITED KINGDOM
Telephone: +44 2882245321
E-mail:
Fax: +44 2882243888

Internet address(es):

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

Address of the buyer profile: www.omagh.gov.uk/council_online/tenders/

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: Omagh District Council
The Grange, Mountjoy Road, Co. Tyrone
For the attention of: Daniel McSorley, Chief Executive
BT79 7BL Omagh
UNITED KINGDOM

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: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Route optimisation solution for waste collection services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKN0

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)
Tenders are sought from suitably qualified suppliers for the supply, delivery and implementation of a proven and suitable route optimisation solution that will enable analytical analysis of each partner authoritys waste management collection arrangement.
The project will deliver efficiencies within collection services by working with each of the project partners to support and facilitate data gathering and to introduce new service routes that improve operational performance, quantify investment on vehicles, produce financial savings, eg, on fuel, and reduce the overall carbon footprint of the refuse collection service. The participating project partners are:
- Omagh District Council,
- Antrim Borough Council,
- Banbridge District Council,
- Cookstown District Council,
- Derry City Council,
- Fermanagh District Council,
- Larne Borough Council,
- Lisburn City Council,
- North Down Borough Council,
- Strabane District Council.
The Contract, however is open to all 26 local authorities within Northern Ireland.
The successful contractor will work with each of the project partners in respect of the provision of a route optimisation solution to facilitate the remodelling of frontline waste management services within each partner authority including advice and support on methodologies approaches to data collection training implementation and ongoing support. A potential second phase to the project may involve remodelling of such services across geographical boundaries of adjacent partner authorities.
II.1.6)Common procurement vocabulary (CPV)

72212670, 79723000, 72212900, 90500000

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: no
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:
The following Councils intend to procure Route Optimisation Software along with the licences for a 4 year period with the option to renew for an additional 12 month period.
- Omagh District Council,
- Antrim Borough Council,
- Banbridge District Council,
- Cookstown District Council,
- Derry City Council,
- Fermanagh District Council,
- Larne Borough Council,
- Lisburn City Council,
- North Down Borough Council,
- Strabane District Council.
However the contract will be open to any of the 26 Local Authorities within Northern Ireland.
Estimated value excluding VAT:
Range: between 200 000 and 800 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Contract is for 4 years with the option to renew for an additional 12 month period based on satisfactory performance.
The value of the 12 month option to renew has been included within the the range indicated at II.2.1.
Provisional timetable for recourse to these options:
in months: 48 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

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:
Prices must be quoted in pounds sterling.
The contract will be governed by Northern Ireland Law.
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
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: As detailed within Tender Documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed within Tender Documentation.
Minimum level(s) of standards possibly required: As detailed within Tender Documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed within Tender Documentation.
Minimum level(s) of standards possibly required:
As detailed within Tender Documentation.
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
120208 Route Optimisation
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: 28.3.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.3.2012
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 tenders
Date: 28.3.2012

Place:

Omagh District Council.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Councillors & Authorised Council Officers.

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 following Councils are seeking to procure collaboratively.
- Omagh District Council,
- Antrim Borough Council,
- Banbridge District Council,
- Cookstown District Council,
- Derry City Council,
- Fermanagh District Council,
- Larne Borough Council,
- Lisburn City Council,
- North Down Borough Council,
- Strabane District Council.
However the contract will be open to any of the 26 Local Authorities within Northern Ireland.
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:
9.2.2012