CONTRACT NOTICE - UTILITIES
SECTION I: CONTRACTING ENTITY
I.1)NAME, ADDRESSES AND CONTACT POINT(S)Severn Trent Water Limited
Severn Trent Centre PO Box 5309
Contact: Claire Bayliss
Attn: Claire Bayliss
CV3 9FH Coventry
UNITED KINGDOM
Tel. +44 7909963483
E-mail:
Fax +44 7909963483
Further information can be obtained at: As in above-mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)
Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)
I.2)MAIN ACTIVITY OR ACTIVITIES OF THE CONTRACTING ENTITYWater
SECTION II: OBJECT OF THE CONTRACT
II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting entitySupply of Large Goods Vehicles (Direct Purchase Only).
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UK
II.1.3)The notice involvesA public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Supply of large goods vehicles (direct purchase) the exact product mix as well as indicative future requirements will be provided in the tender documents (RFP). All vehicles must be a minimum Euro 5 Standard. The initial term of the agreement is anticipated as 3 years with the option of additional annual extensions (for further 3 years).
II.1.6)Common procurement vocabulary (CPV)34100000, 34133000, 34139300, 34138000
II.1.7)Contract covered by the Government Procurement Agreement (GPA)Yes
II.1.8)Division into lotsNo
II.1.9)Variants will be acceptedYes
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scopeSevern Trent Water seeks proposals for the supply of large goods vehicles using direct purchase. The scope and range of this contract covers the following the Purchase of large goods vehicles over 7.5 tonnes To include 4 axle rear steet 32 000 kg rigid chasis, 8x3 32 000 kg rigid chassis 6x2 44 000 kg tractor unit 4x2 18 000 kg rigid tipper chassis The exact product mix as well as indicative future requirements will be provided on the tender documents (RFP) All vehicles must be a minimum Euro5 Standard.
II.2.2)OptionsYes
description of these options: Any agreement awarded would be for an initial duration of 3 years with options to extend annually up to a maximum overall term of 6 years. This would be subject to satisfactory reviews on price and supplier performance. The length of the agreement may be subject to change if unforseen changes to the business occurs or supplier projected spend profile significantly changes.
II.3)DURATION OF THE CONTRACT OR TIME LIMIT FOR COMPLETIONDuration in months: 72 (from the award of the contract)
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
III.1.3)Legal form to be taken by the grouping of economic operators to whom the contract is to be awarded
III.1.4)Other particular conditions to which the performance of the contract is subjectNo
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial capacityApplicants are required to complete a pre qualification questionaire (PQQ). Access to this document is available from The contracting authority will evaluate all responses to the PQQ document including the eligibility of applicants in line with regulation 26 of the utilities contracts regulations 2006.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if requirements are met Applicants are required to complete a pre qualification questionaire (PQQ). Access to this document is available from The contracting authority will evaluate all responses to the PQQ document including the eligibility of applicants in line with regulation 26 of the utilities contracts regulations 2006.
III.2.4)Reserved contractsNo
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reservedto a particular professionNo
III.3.2)Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the serviceNo
SECTION IV: PROCEDURE
IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedureNegotiated
Candidates have already been selected No
IV.2)AWARD CRITERIA
IV.2.1)Award criteriaThe most economically advantageous tender in terms ofthe criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)An electronic auction will be usedYes
An ERFQ/E auction may or may not be used. You will be informed.
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting entity
IV.3.2)Previous publication concerning the same contractNo
IV.3.3)Conditions for obtaining specifications and additional documentsPayable documents No
IV.3.4)Time limit for receipt of tenders or requests to participate7.9.2011 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders
SECTION VI: COMPLEMENTARY INFORMATION
VI.1)THIS IS A RECURRENT PROCUREMENTNo
VI.2)CONTRACT(S) RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY COMMUNITY FUNDS
VI.3)ADDITIONAL INFORMATION
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:8.8.2011