Tender

KMCSP-001 Dewsbury Market Containers

  • Kirklees Council

F02: Contract notice

Notice identifier: 2021/S 000-011185

Procurement identifier (OCID): ocds-h6vhtk-02b322

Published 20 May 2021, 11:56am



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Civic Centre 1

Huddersfield

HD1 2NF

Contact

Mr Paul Davis

Email

paul.davis@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Internet address(es)

Main address

http://www.kirklees.gov.uk

Buyer's address

http://www.kirklees.gov.uk

one.3) Communication

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

www.yortender.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.yortender.co.uk

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

KMCSP-001 Dewsbury Market Containers

Reference number

DN541706

two.1.2) Main CPV code

  • 44613400 - Storage containers

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Council are looking to purchase approximately 53 one trip steel shipping containers to enable the traders to decant into, and trade from, while Dewsbury Market is redeveloped.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44613300 - Standard freight containers

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

The geographic area of Kirklees

two.2.4) Description of the procurement

Kirklees Council are looking to purchase approximately 53 one trip steel shipping containers to enable the traders to decant into, and trade from, while Dewsbury market is redeveloped.

These shipping containers will have to visually look attractive and be individually tailored to meet each traders’ requirements and be adapted to permit maximum trading exposure in its identified location. (See location map ). (The Council will reserve the right to determine the final container numbers at a later stage).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £800,000

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

Duration in months

23

This contract is subject to renewal

No

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

List and brief description of selection criteria

Section 4 – Economic and Financial Standing

You must be able to supply any one of the documents listed in Section 4.1 (a) to (c) in order to demonstrate financial standing as required under this Section 4. Failure to supply on request any one of the documents listed in Section 4.1 (a) to (c) may result in exclusion.

With regards to Section 4.2, potential suppliers will Pass or Fail on the basis of being financially viable for the Contract tendered for.

In addition, any answers to Section 4 which lead the Authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about your ability to properly perform the Contract) that it would be inappropriate to select your organisation on this occasion, may result in your exclusion from the remainder of the procurement process.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Section 6 - Technical and Professional Ability

Responses to Section 6 will be scored as follows:

PASS - You have provided EITHER:

1. at least one example of a previous contract in response to Section 6.1 that demonstrates to the reasonable satisfaction of the Authority that you possess the relevant general technical expertise and professional experience to deliver the Contract;

OR

2. a satisfactory reason in response to Section 6.3 as to why you are unable to provide any examples of previous contracts that are relevant to the Authority’s requirements under this procurement that meets the minimum requirements;

AND

3. if, further to your responses to Section 1 you intend to sub-contract a proportion of this Contract, the information requested under Section 6.2.

HOWEVER, potential suppliers are asked to note that:

i) If you need to use more than one example to demonstrate that you possess the relevant general technical expertise and professional experience, you may do so up to a maximum of three (3) examples.

ii) The Authority reserves the right to confirm the accuracy of any information provided in response to Section 6 with any named customer contact(s).

iii) Any replies from any named customer contact(s) which lead the Authority, acting reasonably, to doubt any significant representations made in your responses to Section 6 may result in exclusion.

FAIL –

1. you have failed to provide any examples of any previous contracts in response to Section 6.1 AND have failed to provide a satisfactory reason as to why you were unable to provide any examples in response to Section 6.3;

OR

2. the examples given in response to Section 6.1 do NOT demonstrate to the satisfaction of the Authority that you possess the relevant general technical expertise and professional experience to deliver the Contract;

OR

3. where relevant:

i) you have either not responded to Section 6.2,

OR

ii) your answers to Section 6.2 lead the Authority, acting reasonably, to conclude that it would be inappropriate to select your organisation on this occasion.

The named contact provided should be able to provide written evidence to confirm the accuracy of the information provided in Section 6 and it is your responsibility to ensure that the people you name in Section 6 are aware of their responsibilities and are willing to comply with these.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Date

21 June 2021

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

21 June 2021

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a

framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the

Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a

minimum ten (10) calendar day standstill period at the point that information on the award of

the Contract was communicated to economic operators. This period allowed any

unsuccessful economic operator(s) to seek further debriefing from the contracting authority

before the award of the Contract to the successful economic operators. Such additional

information should be requested from the address at Sections I.1 and I.3 of this Notice

above. If an appeal regarding the award of the Contract has not been successfully resolved,

then the Public Contracts Regulations 2015 (SI 2015/102) 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). Any such action must be started within thirty

(30) days beginning with the date when the aggrieved party first knew or sought to have

grounds for starting the proceedings had arisen. The Court may extend the time limited for

starting proceedings where the Court considers that there is a good reason for doing so, but

not so as to permit proceedings to be started more than three (3) months after that date.

Where the Contract has not been awarded, the Court may order the setting aside of the

award decision or order the contracting authority to amend any document and may award

damages. If however the Contract has been awarded, the Court may only award damages or,

where the contract award procedures have not been followed correctly, declare the

Contract to be ineffective.