Date of dispatch of this notice: 11/10/2015
Expire date: 23/11/2015
External Reference: 2015-643764
TED Reference: 2015/S 200-362598
Date of dispatch of this notice: 11/10/2015
Expire date: 23/11/2015
External Reference: 2015-643764
TED Reference: 2015/S 200-362598
4 Single Party Framework Agreements for Transport Fleet Supply and Fleet Services for Trucks
Waterford
An initial contract to be followed with supplementary tenders for requirements as and when they arise over the life of the framework agreements. Frequency not known at this stage.
Waterford City and County Council wishes to establish a number of single
operator framework agreement(s) for the provision of fleet supply and fleet
services in the following lots: Lot 1 - Direct Purchase of Trucks; Lot 2 – Financial
Loan Arrangements; Lot 3 - Contract Maintenance; Lot 4 – Contract Hireage
(includes a combination of Lots 1, 2, and 3). WC&CC will decide whether it wishes
to proceed with procurement of a combination of Lots 1 to 3, or alternatively to
procure its fleet requirements under Lot 4 - Contract Hireage as an omnibus Lot.
WC&CC reserves the right to appoint individual framework operators for Sub –
Lots within Lots 1, 3and 4, and additionally to split the requirement for Sub - Lots
1A, 3A and 4A between 2 framework operators. The initial contract under the
framework(s) will be in respect of the following vehicles:- 25 x Diesel Single Cab
Scut Trucks (3,500kg M.A.M.); 35 x Diesel Crew Cab Scut Trucks (7,500kg
M.A.M.); 8 x Diesel Road Sweepers; Full details are contained in the tender
documentation available to download from www.etenders.gov.ie only.
The frameworks relate to the provision of 68 vehicles as part of an initial contract, with possible additional requirements over the life of the framework agreements. No guarantees are implied on any purchases under these framework agreements.
This lot calls for the supply and delivery of 68 new vehicles to WC&CC sites in 6 sub-lots. No guarantee can be given that any vehicles will be ordered under the framework. Tenderers are advised that it is intended to draw down the greatest part of the requirements under the framework in the initial contract. It may be necessary to order additional vehicles over the life of the framework.
25 x Diesel Single Cab Scut Trucks (3,500kg M.A.M.)
35 x Diesel Crew Cab Scut Trucks (7,500kg M.A.M.)
8 x Diesel Road Sweepers
In this lot, WC&CC are seeking proposals in relation to the provision of a financial loan for the direct purchase of trucks which will be fully owned by WC&CC. In general terms, WC&CC wishes to enter into a partnership arrangement with a financial institution to provide a preferential financial loan for the funding of €5 million over a 60 month period.
Funding of €5 million over a 60 month period.
This lot provides for the maintenance of the WC&CC fleet of 68 vehicles which may be purchased under lot 1. No guarantee can be given that any vehicles will be ordered under the framework. Tenderers are advised that it is intended to draw down the greatest part of the requirements under the framework in the initial contract. It may be necessary to order additional vehicles over the life of the framework.
Possible maintenance of 68 vehicles plus additional vehicles ordered over the life of the framework agreement.
This lot requires the provision of a contract hireage solution for the supply, maintenance, finance and management of 68 vehicles to and at WC&CC sites. This is an option being considered by WC&CC as an alternative to Lots 1, 2 and 3.
No guarantee can be given that any vehicles will be ordered under the framework. Tenderers are advised that it is intended to draw down the greatest part of the requirements under the framework in the initial contract. It may be necessary to order additional vehicles over the life of the framework.
This lot requires the provision of a contract hireage solution for the supply, maintenance, finance and management of 68 vehicles to and at WC&CC sites.
Not applicable
To be agreed with the successful framework members.
In the case of groupings, WC&CC may require that groupings contract as single entities having joint and several liability.
Please refer to the rules in the tender documentation available only from www.etenders.gov.ie under RFT ID 1001228
Please refer to the rules in the tender documentation available only from www.etenders.gov.ie under RFT ID 1001228
Please refer to the rules in the tender documentation available only from www.etenders.gov.ie under RFT ID 1001228
WCCC/R/226
1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties
2) This is the sole call for competition for this service. Please note this competition relates to supplies and services as categorised in Annex IIA of Directive 2004/18/EC - Category 1 (maintenance and repair) and Category 6 (financial services).
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant and are in a position to produce a valid tax clearance certificate from the Revenue Commissioners when requested.
6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer to join the framework agreement as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words “or equivalent“ will always be appended.
9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of tenders with missing or incomplete information. Therefore, tenderers are advised to ensure that they return fully responsive tender documents in order to avoid the risk of elimination from the competition.
The contracting authority will not conclude these framework agreements (and the reviewable public contracts) to which a standstill period applies in accordance with Irish Statutory Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the framework agreement (including the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement and reviewable public contract.