Tender

The repair and maintenance of Wheeled Loading Shovels

  • Lincolnshire County Council

F02: Contract notice

Notice identifier: 2022/S 000-006677

Procurement identifier (OCID): ocds-h6vhtk-02eaf8

Published 11 March 2022, 10:55am



Section one: Contracting authority

one.1) Name and addresses

Lincolnshire County Council

County Offices, Newland

Lincoln

LN1 1YL

Contact

Mr Peter Lee

Email

peter.lee@lincolnshire.gov.uk

Telephone

+44 1522552863

Country

United Kingdom

NUTS code

UKF3 - Lincolnshire

Internet address(es)

Main address

https://www.lincolnshire.gov.uk

Buyer's address

https://www.lincolnshire.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

The repair and maintenance of Wheeled Loading Shovels

Reference number

DN574065

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council requires a Supplier to undertake the provision of Maintenance Interval Servicing, non-warranty repair work, accident damage repair work and annual Lifting operations and lifting equipment regulations Inspections (LOLER) tests for a fleet of Wheeled Loading Shovels based at the Council's Waste Transfer Stations.

The Waste Transfer Stations are located at Boston, Gainsborough, Grantham, Louth and Sleaford within Lincolnshire. The Council anticipates that an additional site at South Hykeham will be added to the contract.

Currently the Council operates 5 wheeled loading shovels across 5 Waste Transfer Stations.

The Council reserves the right to to add or remove Waste Transfer Stations to/ from this contract and to add or remove wheeled loading shovels from this contract, and/ or to replace the existing wheeled loading shovels.

Please see the specification in ITT document 2 for further details.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42418000 - Lifting, handling, loading or unloading machinery
  • 43200000 - Earthmoving and excavating machinery, and associated parts
  • 45259000 - Repair and maintenance of plant
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery

two.2.3) Place of performance

NUTS codes
  • UKF3 - Lincolnshire

two.2.4) Description of the procurement

The Council requires a Supplier to undertake the provision of Maintenance Interval Servicing, non-warranty repair work, accident damage repair work and annual Lifting operations and lifting equipment regulations Inspections (LOLER) tests for a fleet of Wheeled Loading Shovels based at the Council's Waste Transfer Stations.

The Waste Transfer Stations are located at Boston, Gainsborough, Grantham, Louth and Sleaford within Lincolnshire. The Council anticipates that an additional site at South Hykeham will be added to the contract.

Currently the Council operates 5 wheeled loading shovels across 5 Waste Transfer Stations.

The Council reserves the right to to add or remove Waste Transfer Stations to/ from this contract and to add or remove wheeled loading shovels from this contract, and/ or to replace the existing wheeled loading shovels.

Please see the specification in ITT document 2 for further details.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65

Price - Weighting: 35

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The initial contract is for 3 years, with the option for two extension periods of 1 year each making the maximum contract period 5 years.

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.1.8) 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: 2021/S 000-025483

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

Date

11 April 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

11 April 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand,

London

WC2a 2LL

Country

United Kingdom