Tender

Gritters Hire

  • Dumfries and Galloway Council

F02: Contract notice

Notice identifier: 2022/S 000-016391

Procurement identifier (OCID): ocds-h6vhtk-0346ac

Published 15 June 2022, 11:55am



Section one: Contracting authority

one.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Email

Procurement.WasteNeighbourhood@dumgal.gov.uk

Telephone

+44 3033333000

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

http://www.dumgal.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.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

Gritters Hire

Reference number

DGCC-00253

two.1.2) Main CPV code

  • 34144440 - Gritter vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Dumfries and Galloway Council is seeking offers from suitable organisations for hire of sixteen 26 tonners and two 7.5 tonner gritting vehicles from October – Mid April 2022/23 and 2023/24. This will include full refurbishment of all vehicles between winter seasons with a full service and breakdown cover available during the operating period, and operator and mechanical trainings provided at five Council's depots.

two.1.5) Estimated total value

Value excluding VAT: £780,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34144440 - Gritter vehicles
  • 34144000 - Special-purpose motor vehicles
  • 34143000 - Winter-maintenance vehicles

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Dumfries and Galloway Council is seeking offers from suitable organisations for hire of sixteen 26 tonners and two 7.5 tonner gritting vehicles from October – Mid April 2022/23 and 2023/24. This will include full refurbishment of all vehicles between winter seasons with a full service and breakdown cover available during the operating period, and operator and mechanical trainings provided at five Council's depots. Oct 22 – Apr 24.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

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

Duration in months

12

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

Tenderers will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

three.1.2) Economic and financial standing

List and brief description of selection criteria

SPD 4B.2.1 The following criteria needs to be met:

- a minimum score of 1 would be expected for solvency ratios while profitability ratios should demonstrate a positive result.

- the Bidder’s annual turnover in relation to the contract value should not exceed 50%.

SPD 4B.5 It is a requirement of this framework that Bidder hold, or can commit to obtain prior to the start date of the framework, the types and levels of insurance indicated below:

Employers Liability – in accord with Regulation 5 of the Employers' Liability (Compulsory Insurance) Regulations 1998 (as amended) to a minimum indemnity limit of 5 million GBP for each and every claim.

All other Insurances:

Products or Public Liability Insurance: minimum 5 million GBP each and every claim

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

SPD 4D.1. Quality Management Procedures:

The bidder must have documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.

Health and Safety (H&S) Procedures: The bidder must have a regularly reviewed and documented policy for H&S management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of H&S management and compliance with legislation.

SPD. 4.2. Environmental Management:

Tenderers must hold a UKAS (or equivalent) accredited independent third-party certification of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

Or

Procedures for dealing with waste (eg waste management plans, waste segregation, recycling etc.,)

And

Documented arrangements for ensuring that any supplier the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the tenderers supply chain.

three.1.5) Information about reserved contract

The execution of the contract is restricted to the framework of sheltered employment programmes


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 022-690387

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

Date

18 July 2022

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21625. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits are included in this requirement. For more information see procurement document for this ITT.

(SC Ref:697060)

six.4) Procedures for review

six.4.1) Review body

Dumfries Sheriff Court

Dumfries

Country

United Kingdom