Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Town Hall, Ramsden Street
Huddersfield
HD1 2TA
highways.contracts@kirklees.gov.uk
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
National registration number
GB184352457
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67658&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67658&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
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
Framework Agreement for Winter Service Operations Within the Administrative Area of Kirklees
Reference number
KMCHS-387
two.1.2) Main CPV code
- 90620000 - Snow-clearing services
two.1.3) Type of contract
Services
two.1.4) Short description
The 'services' will consist of the provision of labour, plant, and vehicles to carry out carriageway and footway Winter Service Operations predominantly on the public highway within the administrative area of Kirklees Council.These operations include the precautionary application of de-icing agent to the carriageway and footway,throughout the winter maintenance season (refer to File 03 Price Schedule, Schedule 1 & 2 of the tender documents).
During and after periods of heavy snow fall or extended snow fall additional resources are sought to support service delivery during these events, operations will include snow ploughing, de-icing agent application and snow clearance services, (refer to File 03 Price Schedule, Schedule 2). The notice will be formally published on the 21/04/2023 with the tender documents to be published through YORtender on 24/04/2023.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 16000000 - Agricultural machinery
- 90620000 - Snow-clearing services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
The Borough of Kirklees Council
two.2.4) Description of the procurement
The 'services' will consist of the provision of labour, plant, and vehicles to carry out carriageway and footway Winter Service Operations predominantly on the public highway within the administrative area of Kirklees Council. These operations include the precautionary application of de-icing agent to the carriageway and footway,throughout the winter maintenance season (refer to File 03 Price Schedule,Schedule 1 & 2 of the tender documents). During and after periods of heavy snow fall or extended snow fall additional resources are sought to support service delivery during these events, operations will include snow ploughing, de-icing agent application and snow clearance services, (refer to File 03 Price, Schedule 2).
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: £4,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2023
End date
30 September 2025
This contract is subject to renewal
Yes
Description of renewals
The contract is for 24 months from 1st October 2023 to 30th September 2025 with the provision to extend a further two years (1+1) until 30th September 2027.
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
two.2.14) Additional information
NB File 03 Price Schedule, if Schedule 1 - Precautionary Gritting is completed then Contractors must also complete Schedule 2 -Winter Service Operations including Snow Clearing. If you prefer you can price item(s) in Schedule 2 - Winter Service Operations including Snow Clearing ONLY.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In accordance with (i) Article 57 and 59 to 61 of Directive 2014/24/EU and (ii)Regulations
57 to 61 of the Public Contract Regulations 2015 (SI 2015/102), and as set out in the
selection questionnaire ("SQ") available from the address as set out in Section (I.1) of this
notice above, the Council of the Borough of Kirklees acting as the principal contracting
authority reserves the right to refuse any Contractor's application and to exclude its tender
from the evaluation in any of the circumstances as follows:
(i) in the event the completed SQ, supporting information and/or any other tender
submissions are incomplete,inaccurate or misleading or otherwise not submitted in
accordance with the requirements set out in the SQ or any of the other Tender Documents;
and/or;
(ii) for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts
Regulations 2015(SI 2015/102), which requires or permits the principal contracting
authority not to select or to treat any Contractor as an ineligible Contractor; and / or
(iii) Contractors scoring "Fail" in the SQ will not be selected for consideration of their tender
submission.
Section 7 - Modern Slavery Act 2015: Requirements under Modern Slavery Act 2015.
Answering "Yes" to question 7.1 and "No" to Question 7.2 will result in exclusion unless the
Contractor:
(1) can demonstrate that you are legally exempt from the requirement to comply with the
annual reporting requirements contained within section 54 of the Act; or
(2) commit to comply with such reporting requirements within 6 months of the date of your submitted questionnaire.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Contractors must complete Part 3: Section 6 of the SQ.
Contractors must provide details of up to three (3) contracts, in any combination from either
the public or private sector; voluntary, charity or social enterprise("VCSE") that are relevant
to the principal contracting authority's requirements. VCSEs may include samples of grantfunded
work. Contracts for supplies or services should have been performed during the past
three (3) years. The named contact provided should be able to provide written evidence to
the principal contracting authority to confirm the accuracy of the information provided
below. Consortia bids should provide relevant examples of where the consortium has
delivered similar requirements; if this is not possible (e.g. the Consortium is newly formed or
a Special Purpose Vehicle ("SPV") will be created for this contract) then three (3) separate
examples should be provided between the principal member(s) of the proposed Consortium
or SPV (three (3) examples are not required from each member). Where the Contractor is a
SPV, or a Managing Agent not intending to be the main provider of the supplies or services,
the information requested should be provided in respect of the main intended provider(s) or
sub-contractor(s) who will deliver the contract. If the Contractor cannot provide at least one
(1) example for Questions 6.1 see Question 6.3, in no more than five hundred (500)
words,Contractors must provide an explanation for this e.g. is the Contractor's organisation
a new start-up or have you provided works in the past but not under a contract.
Minimum level(s) of standards possibly required:
Section 6 - Relevant experience and contract examples:
Responses to Section 6 will be scored as follows:
Pass - The Contractor has provided either:
1. at least one example of a previous contract that meets the minimum requirements set out
in Section 6,and demonstrates to the reasonable satisfaction of the principal contracting
authority that the Contractor possesses the relevant general technical expertise and
professional experience to be entrusted with the principal contracting authority's contract.
OR.
2. a satisfactory reason as to why the Contractor is unable to provide any examples of
previous contracts that are relevant to the principal contracting authority's requirements
under this Procurement e.g. that your organisation is anew start-up or you have provided
works in the past but not under a contract as set out in Question 6.3.However Contractors are asked to note that:
(i) If Contractors need to use more than one example to demonstrate that they possess the
relevant general technical expertise and professional experience, they may do so up to a
maximum of three (3) examples.
(ii) The principal contracting 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 principal contracting
authority, acting reasonably, to doubt any significant representations made in the
Contractor 's responses to Section 6 may result in exclusion.
Fail - The Contractor:
1. has failed to provide any examples of any previous contracts in response to Section 6; and
has failed to provide a satisfactory reason as to why they were unable to provide any
examples;
OR.
2. the examples given in response to Section 6 do not demonstrate to the satisfaction of the
principal contracting authority that the Contractor possesses the relevant general technical expertise and professional experience to be entrusted with the principal contracting authority's Contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The performance of the Works Orders by the Contractor during the Framework Period will be subject to review by the principal contracting authority and the other contracting authorities, carried out in accordance with the tender documents which are available to download at
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 several operators
Envisaged maximum number of participants to the framework agreement: 30
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
24 May 2023
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
24 May 2023
Local time
1:05pm
Place
The above time and date for opening is estimated, subject to change.
Information about authorised persons and opening procedure
Representatives of Corporate Procurement, Audit and any other authorised officer of the Council.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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 will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators. This period allows 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.