Tender

Framework Agreement for Winter Service Operations Within the Administrative Area of Kirklees

KIRKLEES COUNCIL

This public procurement record has 1 release in its history.

Tender

24 Apr 2023 at 15:24

Summary of the contracting process

The Kirklees Council is inviting tenders for a framework agreement for Winter Service Operations within the administrative area of Kirklees. The procurement falls under the services category, involving snow-clearing services. The contract period is from 1st October 2023 to 30th September 2025, with the option to extend for a further two years. The tender deadline is 24th May 2023, and the award period starts on the same day.

This tender opportunity provides businesses in the snow-clearing services industry with the chance to secure a contract with the Kirklees Council. Suitable companies should have experience in providing labour, plant, and vehicles for winter service operations. The procurement process involves an open procedure, and interested suppliers can submit their bids electronically or in writing by the specified deadline.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Framework Agreement for Winter Service Operations Within the Administrative Area of Kirklees

Notice Description

The 'services' will consist of the provision of labour, plant, and vehicles to carry out carriageway and footway Winter Service Operations predominantly on the public highway within the administrative area of Kirklees Council.These operations include the precautionary application of de-icing agent to the carriageway and footway,throughout the winter maintenance season (refer to File 03 Price Schedule, Schedule 1 & 2 of the tender documents). During and after periods of heavy snow fall or extended snow fall additional resources are sought to support service delivery during these events, operations will include snow ploughing, de-icing agent application and snow clearance services, (refer to File 03 Price Schedule, Schedule 2). The notice will be formally published on the 21/04/2023 with the tender documents to be published through YORtender on 24/04/2023.

Lot Information

Lot 1

The 'services' will consist of the provision of labour, plant, and vehicles to carry out carriageway and footway Winter Service Operations predominantly on the public highway within the administrative area of Kirklees Council. These operations include the precautionary application of de-icing agent to the carriageway and footway,throughout the winter maintenance season (refer to File 03 Price Schedule,Schedule 1 & 2 of the tender documents). During and after periods of heavy snow fall or extended snow fall additional resources are sought to support service delivery during these events, operations will include snow ploughing, de-icing agent application and snow clearance services, (refer to File 03 Price, Schedule 2). Additional information: NB File 03 Price Schedule, if Schedule 1 - Precautionary Gritting is completed then Contractors must also complete Schedule 2 -Winter Service Operations including Snow Clearing. If you prefer you can price item(s) in Schedule 2 - Winter Service Operations including Snow Clearing ONLY.

Renewal: The contract is for 24 months from 1st October 2023 to 30th September 2025 with the provision to extend a further two years (1+1) until 30th September 2027.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03c3b1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011711-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

16 - Agricultural machinery

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

16000000 - Agricultural machinery

90620000 - Snow-clearing services

Notice Value(s)

Tender Value
Not specified
Lots Value
£4,400,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Apr 20232 years ago
Submission Deadline
24 May 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Sep 2023 - 30 Sep 2025 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
KIRKLEES COUNCIL
Contact Name
Not specified
Contact Email
highways.contracts@kirklees.gov.uk
Contact Phone
+44 1484221000

Buyer Location

Locality
HUDDERSFIELD
Postcode
HD1 2TA
Post Town
Huddersfield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE44 Calderdale and Kirklees
Delivery Location
TLE44 Calderdale and Kirklees

Local Authority
Kirklees
Electoral Ward
Newsome
Westminster Constituency
Huddersfield

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03c3b1-2023-04-24T16:24:41+01:00",
    "date": "2023-04-24T16:24:41+01:00",
    "ocid": "ocds-h6vhtk-03c3b1",
    "initiationType": "tender",
    "tender": {
        "id": "KMCHS-387",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Framework Agreement for Winter Service Operations Within the Administrative Area of Kirklees",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90620000",
            "description": "Snow-clearing services"
        },
        "mainProcurementCategory": "services",
        "description": "The 'services' will consist of the provision of labour, plant, and vehicles to carry out carriageway and footway Winter Service Operations predominantly on the public highway within the administrative area of Kirklees Council.These operations include the precautionary application of de-icing agent to the carriageway and footway,throughout the winter maintenance season (refer to File 03 Price Schedule, Schedule 1 & 2 of the tender documents). During and after periods of heavy snow fall or extended snow fall additional resources are sought to support service delivery during these events, operations will include snow ploughing, de-icing agent application and snow clearance services, (refer to File 03 Price Schedule, Schedule 2). The notice will be formally published on the 21/04/2023 with the tender documents to be published through YORtender on 24/04/2023.",
        "lots": [
            {
                "id": "1",
                "description": "The 'services' will consist of the provision of labour, plant, and vehicles to carry out carriageway and footway Winter Service Operations predominantly on the public highway within the administrative area of Kirklees Council. These operations include the precautionary application of de-icing agent to the carriageway and footway,throughout the winter maintenance season (refer to File 03 Price Schedule,Schedule 1 & 2 of the tender documents). During and after periods of heavy snow fall or extended snow fall additional resources are sought to support service delivery during these events, operations will include snow ploughing, de-icing agent application and snow clearance services, (refer to File 03 Price, Schedule 2). Additional information: NB File 03 Price Schedule, if Schedule 1 - Precautionary Gritting is completed then Contractors must also complete Schedule 2 -Winter Service Operations including Snow Clearing. If you prefer you can price item(s) in Schedule 2 - Winter Service Operations including Snow Clearing ONLY.",
                "value": {
                    "amount": 4400000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2023-10-01T00:00:00+01:00",
                    "endDate": "2025-09-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract is for 24 months from 1st October 2023 to 30th September 2025 with the provision to extend a further two years (1+1) until 30th September 2027."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "16000000",
                        "description": "Agricultural machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90620000",
                        "description": "Snow-clearing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE44"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Borough of Kirklees Council"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67658&B=UK",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "In accordance with (i) Article 57 and 59 to 61 of Directive 2014/24/EU and (ii)Regulations 57 to 61 of the Public Contract Regulations 2015 (SI 2015/102), and as set out in the selection questionnaire (\"SQ\") available from the address as set out in Section (I.1) of this notice above, the Council of the Borough of Kirklees acting as the principal contracting authority reserves the right to refuse any Contractor's application and to exclude its tender from the evaluation in any of the circumstances as follows: (i) in the event the completed SQ, supporting information and/or any other tender submissions are incomplete,inaccurate or misleading or otherwise not submitted in accordance with the requirements set out in the SQ or any of the other Tender Documents; and/or; (ii) for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts Regulations 2015(SI 2015/102), which requires or permits the principal contracting authority not to select or to treat any Contractor as an ineligible Contractor; and / or (iii) Contractors scoring \"Fail\" in the SQ will not be selected for consideration of their tender submission. Section 7 - Modern Slavery Act 2015: Requirements under Modern Slavery Act 2015. Answering \"Yes\" to question 7.1 and \"No\" to Question 7.2 will result in exclusion unless the Contractor: (1) can demonstrate that you are legally exempt from the requirement to comply with the annual reporting requirements contained within section 54 of the Act; or (2) commit to comply with such reporting requirements within 6 months of the date of your submitted questionnaire.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Contractors must complete Part 3: Section 6 of the SQ. Contractors must provide details of up to three (3) contracts, in any combination from either the public or private sector; voluntary, charity or social enterprise(\"VCSE\") that are relevant to the principal contracting authority's requirements. VCSEs may include samples of grantfunded work. Contracts for supplies or services should have been performed during the past three (3) years. The named contact provided should be able to provide written evidence to the principal contracting authority to confirm the accuracy of the information provided below. Consortia bids should provide relevant examples of where the consortium has delivered similar requirements; if this is not possible (e.g. the Consortium is newly formed or a Special Purpose Vehicle (\"SPV\") will be created for this contract) then three (3) separate examples should be provided between the principal member(s) of the proposed Consortium or SPV (three (3) examples are not required from each member). Where the Contractor is a SPV, or a Managing Agent not intending to be the main provider of the supplies or services, the information requested should be provided in respect of the main intended provider(s) or sub-contractor(s) who will deliver the contract. If the Contractor cannot provide at least one (1) example for Questions 6.1 see Question 6.3, in no more than five hundred (500) words,Contractors must provide an explanation for this e.g. is the Contractor's organisation a new start-up or have you provided works in the past but not under a contract. Minimum level(s) of standards possibly required: Section 6 - Relevant experience and contract examples: Responses to Section 6 will be scored as follows: Pass - The Contractor has provided either: 1. at least one example of a previous contract that meets the minimum requirements set out in Section 6,and demonstrates to the reasonable satisfaction of the principal contracting authority that the Contractor possesses the relevant general technical expertise and professional experience to be entrusted with the principal contracting authority's contract. OR. 2. a satisfactory reason as to why the Contractor is unable to provide any examples of previous contracts that are relevant to the principal contracting authority's requirements under this Procurement e.g. that your organisation is anew start-up or you have provided works in the past but not under a contract as set out in Question 6.3.However Contractors are asked to note that: (i) If Contractors need to use more than one example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of three (3) examples. (ii) The principal contracting authority reserves the right to confirm the accuracy of any information provided in response to Section 6 with any named customer contact(s). (iii) Any replies from any named customer contact(s) which lead the principal contracting authority, acting reasonably, to doubt any significant representations made in the Contractor 's responses to Section 6 may result in exclusion. Fail - The Contractor: 1. has failed to provide any examples of any previous contracts in response to Section 6; and has failed to provide a satisfactory reason as to why they were unable to provide any examples; OR. 2. the examples given in response to Section 6 do not demonstrate to the satisfaction of the principal contracting authority that the Contractor possesses the relevant general technical expertise and professional experience to be entrusted with the principal contracting authority's Contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The performance of the Works Orders by the Contractor during the Framework Period will be subject to review by the principal contracting authority and the other contracting authorities, carried out in accordance with the tender documents which are available to download at https://yortender.eu-supply.com",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 30
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-05-24T13:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2023-05-24T13:05:00+01:00"
        },
        "bidOpening": {
            "date": "2023-05-24T13:05:00+01:00",
            "address": {
                "streetAddress": "The above time and date for opening is estimated, subject to change. Information about authorised persons and opening procedure Representatives of Corporate Procurement, Audit and any other authorised officer of the Council."
            }
        },
        "hasRecurrence": true,
        "reviewDetails": "In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators. This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective."
    },
    "parties": [
        {
            "id": "GB-FTS-80988",
            "name": "Kirklees Council",
            "identifier": {
                "legalName": "Kirklees Council",
                "id": "GB184352457"
            },
            "address": {
                "streetAddress": "Town Hall, Ramsden Street",
                "locality": "Huddersfield",
                "region": "UKE44",
                "postalCode": "HD1 2TA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1484221000",
                "email": "highways.contracts@kirklees.gov.uk",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67658&B=UK"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.kirklees.gov.uk",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1715",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-80988",
        "name": "Kirklees Council"
    },
    "language": "en"
}