Section one: Contracting authority
one.1) Name and addresses
Yorwaste Ltd
Mount View, Standard Way
Northallerton
DL6 2YD
Contact
Mr Scott Bowen
Telephone
+44 1609774400
Country
United Kingdom
Region code
UKE2 - North Yorkshire
Internet address(es)
Main address
Buyer's address
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
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of 7 Walking Floor Trailers
Reference number
DN669004
two.1.2) Main CPV code
- 34223370 - Tipper trailers
two.1.3) Type of contract
Supplies
two.1.4) Short description
Yorwaste Ltd is the largest waste operator within North Yorkshire and operates multiple waste facilities handling in excess of 300000 tonnes of waste per annum.
Yorwaste Ltd is owned by North Yorkshire County Council and City of York Council but is run at arms-length.
Yorwaste has the responsibility of accepting, handling and delivery to disposal points, all of North Yorkshires mixed municipal waste. As part of this service Yorwaste currently operates a fleet of 7 Volvo 540 tractor units with walking floor trailers. These assets provide a business-critical function for Yorwaste in moving various materials throughout North Yorkshire and maintaining material flow.
The current walking floor trailer units are due for replacement from January 2024 – March 2024 and as such Yorwaste are running a tender exercise to invite potential suppliers to bid for this work
In relation to the Public Contract Regulations 2015 regulation 27 (the Open Procedure), the Company is inviting Suppliers to be included in the process by submitting a tender.
The scope of the contract will be for the supply of 7 Walking Floor Trailers.
Please refer to ITT Part Two: The Specification for further information.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34223310 - General-purpose trailers
- 34223300 - Trailers
two.2.3) Place of performance
NUTS codes
- UKE2 - North Yorkshire
Main site or place of performance
Trailers are to be delivered to Harewood Whin Waste Transfer Station, Tinker Lane, Rufforth, YO23 3RR
two.2.4) Description of the procurement
Yorwaste Ltd is the largest waste operator within North Yorkshire and operates multiple waste facilities handling in excess of 300000 tonnes of waste per annum.
Yorwaste Ltd is owned by North Yorkshire County Council and City of York Council but is run at arms-length.
Yorwaste has the responsibility of accepting, handling and delivery to disposal points, all of North Yorkshires mixed municipal waste. As part of this service Yorwaste currently operates a fleet of 7 Volvo 540 tractor units with walking floor trailers. These assets provide a business-critical function for Yorwaste in moving various materials throughout North Yorkshire and maintaining material flow.
The current walking floor trailer units are due for replacement from January 2024 – March 2024 and as such Yorwaste are running a tender exercise to invite potential suppliers to bid for this work
In relation to the Public Contract Regulations 2015 regulation 27 (the Open Procedure), the Company is inviting Suppliers to be included in the process by submitting a tender.
The scope of the contract will be for the supply of 7 Walking Floor Trailers.
Please refer to ITT Part Two: The Specification for further information.
two.2.5) Award criteria
Cost criterion - Name: Cost / Weighting: 40
Cost criterion - Name: Quality / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
14 July 2023
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See ITT Part 3 - Tender Return Document for full details of our requirements here
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see ITT Part 2 - Specification, for full details
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
9 June 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 June 2023
Local time
5:00pm
Place
Tenders to be opened electronically using ProContract
Information about authorised persons and opening procedure
Tenders to be opened electronically using ProContract
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Yorwaste Ltd.
Mount View, Standard Way Industrial Estate
Northallerton
DL6 2YD
Country
United Kingdom