Tender

Contract for the Outright Purchase of Two x 18 Tonne GVW Chassis Cabs with Skip Lifting Equipment

  • City & County of Swansea

F02: Contract notice

Notice identifier: 2022/S 000-024070

Procurement identifier (OCID): ocds-h6vhtk-0363c6

Published 29 August 2022, 8:50am



The closing date and time has been changed to:

6 October 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

City & County of Swansea

Civic Centre

Swansea

SA1 3SN

Contact

Lisa Evans

Email

procurement@swansea.gov.uk

Telephone

+44 7966230649

Country

United Kingdom

NUTS code

UKL18 - Swansea

Internet address(es)

Main address

http://www.swansea.gov.uk/dobusiness

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254

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

http://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://etenderwales.bravosolution.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://etenderwales.bravosolution.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

Contract for the Outright Purchase of Two x 18 Tonne GVW Chassis Cabs with Skip Lifting Equipment

Reference number

CCS/22/146

two.1.2) Main CPV code

  • 34100000 - Motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Vehicle/s must be delivered free of charge to premises nominated by the Council. The Contractor shall undertake pre-delivery inspections and specification checks of the Vehicle/s prior to delivery.

The Contractor may be required to provide driver/operator familiarity training to a level which ensures competency. This training shall be provided free of charge.

The Contractor may be required to provide maintenance and repair familiarisation training for fitters to a level that ensures competency, at the Council’s Central Transport Unit workshops. This training shall be provided free of charge.

The Council shall not account for any warranty periods provided to the Council that include any incremental, diminishing cover or attendant conditions that include any additional costs for which the Council may be liable, such as, but not limited to, any costs associated with the return/collection of the vehicle/s to/from the warranty agent’s premises, service/maintenance arrangements etc.

Suppliers shall note Clause 3.1 of the Special Conditions of Contract (Outright Purchase) - At the time of raising an Official Order for the Vehicle/s, the Council shall request in writing from the Contractor confirmation of the delivery.

two.1.5) Estimated total value

Value excluding VAT: £0.01

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 34900000 - Miscellaneous transport equipment and spare parts

two.2.3) Place of performance

NUTS codes
  • UKL18 - Swansea
Main site or place of performance

Swansea

two.2.4) Description of the procurement

The Vehicle/s must be delivered free of charge to premises nominated by the Council. The Contractor shall undertake pre-delivery inspections and specification checks of the Vehicle/s prior to delivery.

The Contractor may be required to provide driver/operator familiarity training to a level which ensures competency. This training shall be provided free of charge.

The Contractor may be required to provide maintenance and repair familiarisation training for fitters to a level that ensures competency, at the Council’s Central Transport Unit workshops. This training shall be provided free of charge.

The Council shall not account for any warranty periods provided to the Council that include any incremental, diminishing cover or attendant conditions that include any additional costs for which the Council may be liable, such as, but not limited to, any costs associated with the return/collection of the vehicle/s to/from the warranty agent’s premises, service/maintenance arrangements etc.

Suppliers shall note Clause 3.1 of the Special Conditions of Contract (Outright Purchase) - At the time of raising an Official Order for the Vehicle/s, the Council shall request in writing from the Contractor confirmation of the delivery.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

3 October 2022

End date

4 March 2024

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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

N/A

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


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

Originally published as:

Date

29 September 2022

Local time

12:00pm

Changed to:

Date

6 October 2022

Local time

12:00pm

See the change notice.

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

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30 December 2022

four.2.7) Conditions for opening of tenders

Date

29 September 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

Additional Information

Register your company on the eTenderWales portal (this is only required once):

— Navigate to the portal: http://etenderwales.bravosolution.co.uk

— Click the “Suppliers register here” link.

— Enter your correct business and user details.

— Note the username you chose and click “Save” when complete.

— You will shortly receive an e-mail with your unique password (please keep this secure).

— Agree to the terms and conditions and click “continue”.

2. Express an interest in the project:

— Login to the portal with your username/password.

— Click the “ITTs Open to All Suppliers” link (these are the ITTs open to any registered supplier).

— Click on the relevant ITT to access the content.

— Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

— This will move the ITT into your “My ITTs” page (this is a secure area reserved for your projects only).

— Click on the ITT code. You can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box.

3. Responding to the invitation to tender:

— You can now choose to “Reply” or “Reject” (please give a reason if rejecting).

— You can now use the “Messages” function to communicate with the buyer and seek any clarification.

— Note the deadline for completion, then follow the onscreen instructions to complete the ITT.

— There may be a mixture of online and offline actions for you to perform (there is detailed online help available).

If you require any further assistance use the online help. Alternatively, the BravoSolution helpdesk can be contacted (Monday to Friday, 8:00 to 18:00) on:

— E-mail: help@bravosolution.co.uk

— Phone: +44 8003684850

Thanks

(WA Ref:123991)

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=124344

(WA Ref:124344)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Legal, Democratic and Business Intelligence, Swansea Council,

Civic Centre, Oystermouth Road, Maritime Quarter,

Swansea,

SA1 3SN

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Procurement Department,

Civic Centre, Oystermouth Road, Maritime Quarter,

Swansea,

SA1 3SN

Email

procurement@swansea.gov.uk

Telephone

+44 7966230649

Country

United Kingdom

Internet address

https://www.swansea.gov.uk/procurement