Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply and Delivery Miscellaneous Fleet Vehicles and Equipment
Reference number: T ENV18-062
II.1.2)Main CPV code34100000
II.1.3)Type of contractSupplies
II.1.4)Short description:
Derry City and Strabane District Council wish to appoint suitably experienced and capable firm(s) to supply, support and deliver to their Skeoge Operating Centre (BT48 8SE) the following Miscellaneous Fleet Vehicles and Equipment (T ENV18-062) for use within their demanding municipal environment.
All vehicles/equipment must be delivered ‘Pre-Delivery Inspected’, Fully Fuelled and ready for operational deployment.
— 2 No 26000 Kg MAM Low-Entry Refuse Collection Vehicles — (Lot 1),
— 2 No Pedestrian Operated Precinct Sweepers — (Lot 2),
— 1 No Electrically Powered Suction Vacuum Unit — (Lot 3),
— 3 No 2700 Kg MAM Panel Vans and 2 No 2200 Kg MAM Panel Vans — (Lot 4),
— 1 No 95 HP Tractor and 1 No 65 HP Tractor — (Lot 5),
— 1 No 5200 Kg MAM Non-Compaction Caged Vehicle with Bin-Lift — (Lot 6),
— 1 No 7500 Kg MAM Flat-Bed Transporter complete with Powered Ramps — (Lot 7),
— 1 No Rubber-Tracked Powered Wheel-Barrow — (Lot 8),
— 1 No 3500 Kg MAM Traffic Management Vehicle — (Lot 9).
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
26000 Kg MAM Low-Entry Refuse Collection Vehicles
Lot No: 1
II.2.2)Additional CPV code(s)34144511
II.2.3)Place of performanceNUTS code: UKN10
II.2.4)Description of the procurement:
2No 26000 Kg MAM Low-Entry Refuse Collection Vehicles.
Detailed specification will be provided with tender documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 3
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Pedestrian Operated Precinct Sweepers
Lot No: 2
II.2.2)Additional CPV code(s)34144431
II.2.3)Place of performanceNUTS code: UKN10
II.2.4)Description of the procurement:
2No Pedestrian Operated Precinct Sweepers.
Detailed specification will be provided with tender documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 3
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Electrically Powered Suction Vacuum Unit
Lot No: 3
II.2.2)Additional CPV code(s)34144431
II.2.3)Place of performanceNUTS code: UKN10
II.2.4)Description of the procurement:
1No Electrically Powered Suction Vacuum Unit.
Detailed specification will be provided with tender documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 3
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
2 700 Kg MAM Panel Vans and 2 200 Kg MAM Panel Vans
Lot No: 4
II.2.2)Additional CPV code(s)34100000
II.2.3)Place of performanceNUTS code: UKN10
II.2.4)Description of the procurement:
£No 2 700 Kg MAM Panel Vans and 2No 2 200 Kg MAM Panel Vans.
Detailed specification will be provided with tender documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 3
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
95 HP Tractor and 65 HP Tractor
Lot No: 5
II.2.2)Additional CPV code(s)16700000
II.2.3)Place of performanceNUTS code: UKN10
II.2.4)Description of the procurement:
1no 95 HP Tractor and 1No 65 HP Tractor.
Detailed specification will be provided with tender documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 3
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
5 200 Kg MAM Non-Compaction Caged Vehicle with Bin-Lift
Lot No: 6
II.2.2)Additional CPV code(s)34144511
II.2.3)Place of performanceNUTS code: UKN10
II.2.4)Description of the procurement:
1No 5 200 Kg MAM Non-Compaction Caged Vehicle with Bin-Lift.
Detailed specification will be provided with tender documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 3
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
7 500 Kg MAM Flat-Bed Transporter complete with Powered Ramps
Lot No: 7
II.2.2)Additional CPV code(s)34100000
II.2.3)Place of performanceNUTS code: UKN10
II.2.4)Description of the procurement:
1No 7 500 Kg MAM Flat-Bed Transporter complete with Powered Ramps.
Detailed specification will be provided with tender documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 3
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Rubber-Tracked Powered Wheel-Barrow
Lot No: 8
II.2.2)Additional CPV code(s)34144710
II.2.3)Place of performanceNUTS code: UKN10
II.2.4)Description of the procurement:
1no Rubber-Tracked Powered Wheel-Barrow.
Detailed specification will be provided with tender documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 3
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
3 500 Kg MAM Traffic Management Vehicle
Lot No: 9
II.2.2)Additional CPV code(s)34100000
II.2.3)Place of performanceNUTS code: UKN10
II.2.4)Description of the procurement:
1No 3 500 Kg MAM Traffic Management Vehicle.
Detailed specification will be provided with tender documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 3
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 12/10/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 12/10/2018
Local time: 12:30
Place:
Derry City and Strabane District Council
Information about authorised persons and opening procedure:
Council elected members only
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
This authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4)Procedures for review
VI.4.1)Review bodyThe High Courts of Justice of Northern Ireland
The Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
United Kingdom
VI.4.2)Body responsible for mediation proceduresThe High Courts of Justice of Northern Ireland
The Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
In accordance with the Public Contracts Regulations 2015
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:29/08/2018