Tender

Contract for the Provision of Refuse Collection Vehicles

  • Lincolnshire County Council

F02: Contract notice

Notice identifier: 2023/S 000-003494

Procurement identifier (OCID): ocds-h6vhtk-02fe79

Published 3 February 2023, 4:29pm



Section one: Contracting authority

one.1) Name and addresses

Lincolnshire County Council

Orchard House, Orchard Street

Lincoln

LN1 1BA

Contact

Mr Dan Charlesworth

Email

dan.charlesworth@lincolnshire.gov.uk

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

https://www.lincolnshire.gov.uk

Buyer's address

https://www.lincolnshire.gov.uk

one.3) Communication

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

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Contract for the Provision of Refuse Collection Vehicles

Reference number

DN584818

two.1.2) Main CPV code

  • 34144000 - Special-purpose motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Lincolnshire County Council wishes to establish a single supplier framework agreement for the provision of a range of Refuse Collection Vehicles (RCV's)for delivery to the named Partners within Lincolnshire and North Yorkshire.

The successful Supplier will be responsible for providing all RCV types as detailed in the specification, including training for workshop fitters, drivers and loaders, and provision of parts for the term of the Framework Contract. The successful Supplier will also be required to liaise closely with the designated Transport Manager of each of the Partners.

The following authorities may procure Vehicles utilising the Framework Agreement:

Boston Borough Council, City of York Council, East Lindsey District Council, North Kesteven District Council, Scarborough Borough Council, South Holland District Council, South Kesteven District Council, West Lindsey District Council and North Yorkshire Council.

In addition to the above listed Councils, this Framework Agreement will be accessible for all Local Government Authorities within North, South, East and West Yorkshire and Greater Lincolnshire, including any new Authorities formed within these boundaries during the term of the framework.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34144500 - Vehicles for refuse and sewage
  • 34144510 - Vehicles for refuse
  • 34144511 - Refuse-collection vehicles
  • 34144512 - Refuse-compaction vehicles

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
  • UKF3 - Lincolnshire

two.2.4) Description of the procurement

This an Open procedure as detailed in the Public Contracts Regulations 2015

This will be to appoint a single supplier to a framework to provide Refuse Collection Vehicles (RCV's) and associated warranties for delivery to the named Partners within Lincolnshire and North Yorkshire.

The following authorities may procure Vehicles utilising the Framework Agreement:

Boston Borough Council, City of York Council, East Lindsey District Council, North Kesteven District Council, Scarborough Borough Council, South Holland District Council, South Kesteven District Council, West Lindsey District Council and North Yorkshire Council.

In addition to the above listed Councils, this Framework Agreement will be accessible for all Local Government Authorities within North, South, East and West Yorkshire and Greater Lincolnshire, including any new Authorities formed within these boundaries during the term of the framework.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is intended a similar procurement will occur prior to this contract end to establish another framework agreement without a gap in provision

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-030466

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

Date

17 March 2023

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 March 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: It is intended a similar procurement will occur prior to this contract end to establish another framework agreement without a gap in provision

six.3) Additional information

The following authorities may procure Vehicles utilising the Framework Agreement:

Boston Borough Council, City of York Council, East Lindsey District Council, North Kesteven District Council, Scarborough Borough Council, South Holland District Council, South Kesteven District Council, West Lindsey District Council and North Yorkshire Council.

In addition to the above listed Councils, this Framework Agreement will be accessible for all Local Government Authorities within North, South, East and West Yorkshire and Greater Lincolnshire, including any new Authorities formed within these boundaries during the term of the framework.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contracts Regulations 2015, the Council will incorporate a minimum 10 calendar day standstill period form the date information on award of contract is communicated to tenderers.]