Tender

Lease agreement for the Supply and Delivery of Tractors, Mowers and Utility Vehicles for Grounds Services

  • Keele University Science And Business Park

F02: Contract notice

Notice identifier: 2021/S 000-016907

Procurement identifier (OCID): ocds-h6vhtk-02c978

Published 19 July 2021, 12:38pm



Section one: Contracting authority

one.1) Name and addresses

Keele University Science And Business Park

Keele University IC2 Finance Directorate Keele University Science & Innovation Park

Newcastle-under-Lyme

ST5 5NH

Contact

Debbie Cramphorn

Email

d.a.cramphorn@keele.ac.uk

Telephone

+44 1782734967

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.keele.ac.uk

one.3) Communication

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

https://in-tendhost.co.uk/universityofkeele/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/universityofkeele/aspx/Home

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Lease agreement for the Supply and Delivery of Tractors, Mowers and Utility Vehicles for Grounds Services

Reference number

KU/310/DC/GD/JK/2021

two.1.2) Main CPV code

  • 16700000 - Tractors
    • PA02 - Lease

two.1.3) Type of contract

Supplies

two.1.4) Short description

Tenders are invited to supply, delivery and maintain on a four (4) year lease agreement (2yrs + 2yrs) Tractors, Mowers and Utility Vehicles for the Grounds Services.

The Grounds Team are responsible for the maintenance of all the grassed areas including the Sports Fields, the Woodlands and the formal Parks. The University needs equipment that is reliable, robust, proven, easy-to-use and not over-specified. Suitable for all year- round usage, seasonal grass cutting, seasonal leaf collection, snow clearance and salt gritting, as appropriate for the equipment.

The following equipment:

3 x Tractors

1 x Ride on Mower

1 x Rigid Deck Roller Mower

1 x Zero Turn Ride on Mower

3 x RTV- 2wd/4wd Utility Vehicles.

All equipment must be new at the start of each 2- year period. Suppliers must be able to provide all items specified as the tender is not split into lots. Equipment is required to be replaced every 24 months with replacement new for like-for-like (or better) and this is costed as an inclusive price. All equipment must be new at the start of each 2- year period.

The estimated total value of the contract is £200,000 excluding VAT.

The tender evaluation is divided into two stages - the Selection Stage Evaluation and the Award Stage Evaluation. All tenders received will be assessed on a pass / fail basis to ensure Tenderers meet minimum levels of suitability. The University shall identify the most economically advantageous tender (MEAT) . The maximum score available is 1000 marks, divided into 600 marks for Technical (Quality) and 400 marks for Commercial (Price).

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 16000000 - Agricultural machinery
    • PA02 - Lease

two.2.3) Place of performance

NUTS codes
  • UKG2 - Shropshire and Staffordshire

two.2.4) Description of the procurement

This is an open tender to Supply and Delivery :

3 x Tractors

1 x Ride on Mower

1 x Rigid Deck Roller Mower

1 x Zero Turn Ride on Mower

3 x RTV- 2wd/4wd Utility Vehicles.

The tender evaluation is divided into two stages - the Selection Stage Evaluation and the Award Stage Evaluation. All tenders received will be assessed on a pass / fail basis to ensure Tenderers meet minimum levels of suitability. The University shall identify the most economically advantageous tender (MEAT) . The maximum score available is 1000 marks, divided into 600 marks for Technical (Quality) and 400 marks for Commercial (Price).

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: £200,000

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

Start date

4 October 2021

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

4 -year contract on the basis of 2 years +2 years .

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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.1.8) 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

23 August 2021

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 August 2021

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years time

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand.

London

WCA2 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

University of Keele, Procurement Office,

Finance Department, Innovation Centre 2,

Keele, Staffordshire

ST5 5NH

Country

United Kingdom

Internet address

https://www.keele.ac.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any review proceedings should be promptly brought to the attention of the Director of Finance of the University at the address provided above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 ('PCR2015'). Any review proceedings must be brought within the time-scales specified by the applicable law, including without limitation, PCR 2015. In accordance with PCR 2015,the University will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to tenderers.

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

University of Keele

Procurement Office Finance Department Innovation Centre 2,

Keele Staffordshire

ST5 5NH

Country

United Kingdom

Internet address

https://www.keele.ac.uk