Section one: Contracting authority
one.1) Name and addresses
Lincolnshire County Council
Orchard House, Orchard Street
Lincoln
LN1 1BA
Contact
Mr Dan Charlesworth
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.]