Refuse-collection vehicles (№14798974)

21 may

Number: 14798974

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


21-05-2019

Description


  1. Section I
    1. Name and addresses
      Derry City and Strabane District Council
      98 Strand Road
      Derry
      BT48 7NN
      United Kingdom
      Telephone: +44 2871253253
      E-mail: [email protected]
    2. Type of the contracting authority:
      Regional or local authority
    3. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        New 26000 Kg MAM Low-Entry Refuse Collection Vehicles

        Reference number: T ENV09-009
      2. Main CPV code:
        34144511
      3. Type of contract:
        Supplies
      4. Short description:

        Derry City and Strabane District Council wish to appoint a suitably experienced and capable firm to supply, support and deliver to their Skeoge Operating Centre (BT48 8SE) 4 No New 26000 Kg MAM Low-Entry Refuse Collection Vehicles within the 2019 calendar year.

        Although the initial tender is for 2 vehicles Council may reserve the right to purchase 2 identical vehicles within a 12 months period, based on the costs provided within this submission.

        Vehicles must be delivered “pre-delivery inspected”, fully fuelled and ready for operational deployment.

      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value excluding VAT: 498 000.00 EUR
    2. Description
      1. Title:
      2. Additional CPV code(s):

      3. Place of performance:
      4. Description of the procurement:

        Derry City and Strabane District Council wish to appoint a suitably experienced and capable firm to supply, support and deliver to their Skeoge Operating Centre (BT48 8SE) 4 No New 26000 Kg MAM Low-Entry Refuse Collection Vehicles within the 2019 calendar year.

        Note: 2 No of these vehicles are subject to the successful realisation of an external funding application whilst the remaining 2 are part of DCSDC’s on-going fleet replacement strategy. A minimum of 2 No vehicles will be purchased whilst the additional 2 No vehicles will only be purchased on the premise that submitted prices are honoured to that point in time.

        Vehicles must be delivered “pre-delivery inspected”, fully fuelled and ready for operational deployment.

        Technical specification available with tender documents.

      5. Award criteria:
        Quality criterion - Name: Warranty Period / Weighting: 10
        Price - Weighting: 90
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2019/S 008-013821
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Title:

      New 26000 Kg MAM Low-Entry Refuse Collection Vehicles

    2. Award of contract
      1. Date of conclusion of the contract: 2019-04-09
      2. Information about tenders:
        Number of tenders received: 1
        Number of tenders received from SMEs: 1
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Manvik Plant and Hire
        Unit 3, Clifton Industrial Park, 161 Dargen Crescent
        Belfast
        BT3 9JP
        United Kingdom
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):
        Initial estimated total value of the contract/lot: 498 000.00 GBP
        Total value of the contract/lot: 498 000.00 GBP
      5. Information about subcontracting:

  5. Section VI
    1. 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).

    2. Procedures for review
      1. Review body
        The High Courts of Justice of Northern Ireland
        The Royal Courts of Justice, Chichester Street
        Belfast
        BT1 3JF
        United Kingdom
      2. Body responsible for mediation procedures
        The High Courts of Justice of Northern Ireland
        The Royal Courts of Justice, Chichester Street
        Belfast
        BT1 3JF
        United Kingdom
      3. Service from which information about the review procedure may be obtained

        In accordance with the Public Contracts Regulations 2015.


    3. Date of dispatch of this notice
      2019-05-17