Construction Tenders

Fri May 03 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 3

Status Active

Published 23rd Apr 2024

Tender Details
Referenceocds-h6vhtk-045460
Common Procurement VocabularyVehicle-fleet-support services
Procurement MethodOpen procedure
Value£350,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 3

Status Active

Published 23rd Apr 2024

Tender Details
Referenceocds-h6vhtk-045460
Common Procurement VocabularyVehicle-fleet-support services
Procurement MethodOpen procedure
Value£350,000

Section I: Contracting authority

I.1) Name and addresses

Newry, Mourne and Down District Council (NMD)

O' Hagan House, Monaghan Row

Newry

BT35 8DJ

Email

adrian.doyle [at] nmandd.org

Telephone

+44 3301374253

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

https://www.newrymournedown.org/contact-us

Buyer's address

https://www.newrymournedown.org/contact-us

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://suppliers.multiquote.com

Additional information can be obtained from another address:

Newry, Mourne and Down District Council (NMD)

O' Hagan House, Monaghan Row

Newry

BT35 8DJ

Email

adrian.doyle [at] nmandd.org

Telephone

+44 3301374253

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

https://www.newrymournedown.org/contact-us

Buyer's address

https://www.newrymournedown.org/contact-us

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Tender 03/2024 - Vehicle Hire Framework

Reference number

CA13962 - Pur Req: 27768

II.1.2) Main CPV code

  • 50111110 - Vehicle-fleet-support services

II.1.3) Type of contract

Services

II.1.4) Short description

The purpose of this process is to enable NMDDC to establish a Framework comprising of 3 Lots with a pre-qualified list of Economic Operators (a Restricted List) who may be asked, on an ad hoc basis when the requirement arises, to participate in a further mini-competition following which a call-off Contract under the Framework will be awarded.

II.1.5) Estimated total value

Value excluding VAT: £350,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

II.2.1) Title

LOT 1 - Refuse Collection Vehicles

Lot No

1

II.2.2) Additional CPV code(s)

  • 90512000 - Refuse transport services

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
Main site or place of performance

Northern Ireland

II.2.4) Description of the procurement

7.5 Tonne up to 32 Tonne Refuse Collection Vehicles of varying types.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £150,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

LOT 2 - Street Cleansing Vehicles

Lot No

2

II.2.2) Additional CPV code(s)

  • 90610000 - Street-cleaning and sweeping services

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
Main site or place of performance

Northern Ireland

II.2.4) Description of the procurement

3T up to 18T Sweeper vehicles.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £50,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

LOT 3 - Light, medium range vans and lorries. 4x4s, Forklifts

Lot No

3

II.2.2) Additional CPV code(s)

  • 50111100 - Vehicle-fleet management services

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
Main site or place of performance

Northern Ireland

II.2.4) Description of the procurement

Multi fuelled Light Vans, 4 x 4s, forklift trucks, 1T up to 3.5T GVW. 3.5T up to 12T day, crew, tipper, cage, box, curtain side, Luton vans and lorries. The above list is indicative and may change with service requirements.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £150,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 10

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.2.2) Time limit for receipt of tenders or requests to participate

Date

23 May 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

23 May 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice (NI)

Chichester St

Belfast

BT1 3JF

Email

adminoffice [at] courtsni.gov.uk

Telephone

+44 2890235111

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice (NI)

Chichester St

Belfast

BT1 3JF

Email

adminoffice [at] courtsni.gov.uk

Telephone

+44 2890235111

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice (NI)

Chichester St

Belfast

BT1 3JF

Email

adminoffice [at] courtsni.gov.uk

Telephone

+44 2890235111

Country

United Kingdom