Tender

CPU 4682 Highways Tools, Plant and Welfare Hire Framework

  • Nottingham City Council

F02: Contract notice

Notice identifier: 2022/S 000-028548

Procurement identifier (OCID): ocds-h6vhtk-0374b3

Published 11 October 2022, 1:36pm



Section one: Contracting authority

one.1) Name and addresses

Nottingham City Council

Loxley House, Station Street

Nottingham

NG2 3NG

Contact

Ms Penny Taylor-Jones

Email

Penny.Taylor-Jones@nottinghamcity.gov.uk

Telephone

+44 1158764731

Country

United Kingdom

Region code

UKF14 - Nottingham

Internet address(es)

Main address

http://www.nottinghamcity.gov.uk

Buyer's address

http://www.nottinghamcity.gov.uk

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CPU 4682 Highways Tools, Plant and Welfare Hire Framework

Reference number

DN637288

two.1.2) Main CPV code

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

two.1.3) Type of contract

Supplies

two.1.4) Short description

Nottingham City Council (the 'Authority' or 'Employer') is seeking tenders from suitably experienced and qualified entities (the 'Tenderer') for inclusion on a framework for the execution of works.

The Framework will consist of 3 lots to deliver the Framework.

Subject to suitability, the Council is seeking to appoint up to 3 Contractors per Lot.

Tenderers may bid for any number or combination of Lots. Each Lot will be evaluated individually using the response submitted by the tenderer for that Lot.

Tenders must submit a complete submission for each and every Lot they are bidding for i.e. if a tenderer bids for 2 Lots, they will have to complete and return two submissions, if they are bidding for 1 Lot they will only complete one submission. Please ensure your Lots are easily identifiable.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1 Operation of Framework - Tools

Lot No

1

two.2.2) Additional CPV code(s)

  • 43000000 - Machinery for mining, quarrying, construction equipment

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham

two.2.4) Description of the procurement

Lot 1 of the Framework will have an estimated total value of up to £500,000 over four years, covering individual call offs up to an estimated value of £12,000 per order.

Previous records indicate that typically there may be approximately 24 call offs per year for long term hire, where multiple hires are incorporated into one call off, there will also be high volume short term call offs that with previous records showing the region of 250 per year.

The value and number of call offs will vary from year to year dependent upon the requirements of the Council.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Lot 2 Operation of Framework Plant

Lot No

2

two.2.2) Additional CPV code(s)

  • 43000000 - Machinery for mining, quarrying, construction equipment

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham

two.2.4) Description of the procurement

Lot 2 of the Framework will have an estimated total value of up to £375,000 over four years, covering individual call offs up to an estimated value of up to £10,000 per order.

Previous records indicate that typically there may be approximately 90 call off per year made up of both long and short term hire.

The value and number of call offs will vary from year to year dependent upon the requirements of the Council.

No guarantees for the level or quantity of work are provided by the Council.

The majority of services required will be between 8am and 5pm Monday to Friday

It is the Councils intention to award up to 3 Suppliers for this Lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £375,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Lot 3 Operation of Framework Welfare

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham

two.2.4) Description of the procurement

Lot 3 of the Framework will have an estimated total value of up to £375,000 over four years, covering individual call offs up to an estimated value of up to £15,000 per order.

Previous records indicate that typically there may be approximately 60 call offs per year for hire, this will incorporate both long-term hire along with smaller requirements of a few weeks.

The value and number of call offs will vary from year to year dependent upon the requirements of the Council.

No guarantees for the level or quantity of work are provided by the Council.

The majority of services required will be between 8am and 5pm Monday to Friday.

It is the Councils intention to award up to 3 suppliers for this Lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £375,000

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

Duration in months

48

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 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: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

if work has already been ordered / started

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: 2018/S 123-005687

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

Date

14 November 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

14 November 2022

Local time

12:00pm


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

London

Country

United Kingdom