Tender

Operated and Non-Operated Plant & Tool Hire Framework

  • Rotherham Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2025/S 000-006776

Procurement identifier (OCID): ocds-h6vhtk-04e6a9

Published 21 February 2025, 2:01pm



Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Leon Coe

Email

leon.coe@rotherham.gov.uk

Telephone

+44 1709334196

Country

United Kingdom

Region code

UKE3 - South Yorkshire

National registration number

GB173552264

Internet address(es)

Main address

https://www.rotherham.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90420&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90420&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

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

Operated and Non-Operated Plant & Tool Hire Framework

Reference number

22-097

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

Rotherham Metropolitan Borough Council (RMBC) has a need to hire plant and equipment to enable it to undertake its day to day operations.

two.1.5) Estimated total value

Value excluding VAT: £18,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Operated Plant Hire

Lot No

1

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Operated means plant offered and supplied by the Hire Company with a fully trained and competent operator. Operator means the person who operates, drives or handles the plant.

This lot includes, but is not restricted to, the hire of:-

• Operated JCB’s;

• Operated mechanical road sweepers;

• Operated tracked and wheeled excavators, all sizes;

• Operated asphalt finishers, all sizes;

• Operated road planers, all sizes; and

• Operated lorries of varying sizes.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,000,000

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

Non-Operated Plant Hire

Lot No

2

two.2.2) Additional CPV code(s)

  • 43000000 - Machinery for mining, quarrying, construction equipment
  • 43600000 - Parts of machinery for mining, quarrying and construction
  • 42420000 - Buckets, shovels, grabs and grips for cranes or excavators
  • 43260000 - Mechanical shovels, excavators and shovel loaders, and mining machinery
  • 43262000 - Excavating machinery

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Non-Operated means plant offered and supplied by the Hire Company for which the Council will provide a fully trained and competent operator.

This lot includes, but is not restricted to, the hire of:-

• Non-operated rollers;

• Non-operated dumpers – all sizes; and

• Non-operated excavators – all sizes;

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Tools & Fencing Hire

Lot No

3

two.2.2) Additional CPV code(s)

  • 42600000 - Machine tools
  • 43830000 - Power tools
  • 44510000 - Tools
  • 44511000 - Hand tools
  • 44512000 - Miscellaneous hand tools

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

This lot includes, but is not restricted to, the hire of:-

• Herras fencing;

• Tower Floodlights;

• Breakers, petrol, hydraulic and air driven;

• Vib compactors, various weights, forward and reverse, trenching;

• Stone cutter;

• Floor saws;

• Pumping equipment;

• Lifting equipment;

• Concreting equipment;

• Trenching equipment;

• Cable Detectors

• Optical, Laser and Pipe Laying Laser Levels

• Other miscellaneous building items and their associated apparatus.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000

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

Site Accommodation Hire

Lot No

4

two.2.2) Additional CPV code(s)

  • 44211110 - Cabins
  • 44211100 - Modular and portable buildings

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

This lot includes, but is not restricted to, the hire of the following:-

• High Security Combined Plant Safe & 8 Seater Welfare Unit;

• High Security Plant Safe

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Traffic Signal Hire

Lot No

5

two.2.2) Additional CPV code(s)

  • 34923000 - Road traffic-control equipment
  • 34996100 - Traffic lights

two.2.3) Place of performance

NUTS codes
  • UKE3 - South Yorkshire

two.2.4) Description of the procurement

This lot includes, but is not restricted to, the hire of the following:-

• Two-way battery-operated traffic lights, including relevant Chapter 8 signage.

• Three-way battery-operated traffic lights, including relevant Chapter 8 signage.

• Four-way battery operated traffic lights, including relevant Chapter 8 signage.

• Stop and Go boards, remote control.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000

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

Drainage Plant & Tools

Lot No

6

two.2.2) Additional CPV code(s)

  • 43324000 - Drainage equipment
  • 43000000 - Machinery for mining, quarrying, construction equipment

two.2.3) Place of performance

NUTS codes
  • UKE3 - South Yorkshire

two.2.4) Description of the procurement

This lot includes, but is not restricted to, the hire of the following:-

• Breakers

• Excavators

• Gulley Emptier

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £350,000

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 50

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

Date

24 March 2025

Local time

1:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 March 2025

Local time

1:00pm


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

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, 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 the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom