Contract

CALL OFF FOR VEHICLE PURCHASE

  • Newcastle-under-Lyme Borough Council

F03: Contract award notice

Notice identifier: 2022/S 000-025563

Procurement identifier (OCID): ocds-h6vhtk-02efb0

Published 12 September 2022, 4:23pm



Section one: Contracting authority

one.1) Name and addresses

Newcastle-under-Lyme Borough Council

Castle House, Barracks Road

Newcastle-under-Lyme

ST5 1BL

Contact

Steve Gee

Email

Steve.Gee@newcastle-staffs.gov.uk

Telephone

+44 1782717717

Fax

+44 1782711032

Country

United Kingdom

NUTS code

UKG23 - Stoke-on-Trent

Internet address(es)

Main address

http://www.newcastle-staffs.gov.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0592

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

CALL OFF FOR VEHICLE PURCHASE

two.1.2) Main CPV code

  • 34114000 - Specialist vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Up to 1 x Large Tractor

Up to 3 x Medium Tractors

Up to 2 x Compact Tractors

Up to 1 x Front End Loader

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £215,247 / Highest offer: £350,406 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 34114000 - Specialist vehicles

two.2.3) Place of performance

NUTS codes
  • UKG23 - Stoke-on-Trent
Main site or place of performance

The Borough of Newcastle-under-Lyme, Staffordshire

two.2.4) Description of the procurement

The supply and maintenance of a range of specialist vehicles as follows:

Up to 1 x Large Tractor

Up to 3 x Medium Tractors

Up to 2 x Compact Tractors

Up to 1 x Front End Loader

two.2.5) Award criteria

Quality criterion - Name: Delivery / Weighting: 7

Quality criterion - Name: Servicing and Repair / Weighting: 10

Quality criterion - Name: Training / Weighting: 5

Quality criterion - Name: Warranty / Weighting: 8

Quality criterion - Name: Meeting Specification / Weighting: 15

Cost criterion - Name: Acquisition Cost / Weighting: 40

Cost criterion - Name: Cost of Servicing & Maintenance / Weighting: 10

Cost criterion - Name: Residual Value / Weighting: 5

two.2.11) Information about options

Options: Yes

Description of options

As described in the specification of vehicle requirements where applicable.

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 000-026691


Section five. Award of contract

Contract No

26691-2021 (2021/S 000-026691)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 April 2022

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

RVW PUGH LTD

Oakwood Park, London Road

Holmes Chapel

CW48AX

Telephone

+44 07377722892

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £215,247 / Highest offer: £350,406 taken into consideration


Section six. Complementary information

six.3) Additional information

Commodity Background

Newcastle-Under-Lyme Borough Council operates its Ground Maintenance contracts in-house and is looking to re-new its tractor fleet. The vehicles will be used for a number of activities including, but not limited to, trail mowing, hedge cutting using various size flails, general towing duties, general loading duties, clearing of fly tipping, bowling green maintenance.

The requirement for the following vehicles is to bring that operation back into the Council’s control the procurement requirement for the following vehicles will be undertaken utilising an open tender process.

Up to 1 x Large Tractor

Up to 3 x Medium Tractors

Up to 2 x Compact Tractors

Up to 1 x Front End Loader

Each of the above vehicles must be fit for the purpose intended and comply with Newcastle-Under-Lyme Borough Council specifications. In all cases, full technical specifications of the vehicle must be supplied, to supplement the specification information required in the attached excel spreadsheet. Any reference in the Specification, directly or indirectly, to proprietary equipment is indicative only of the Council’s requirements, and is not intended to exclude consideration of any alternative offering equivalent performance, functionality and quality. Where there are named systems or components, similar alternatives of the same or better quality will be considered; it is incumbent on the Tenderer to provide evidence of such equivalence.

The vehicle and body must be so designed and manufactured so as to conform to current Road Traffic Acts, Construction and Use Regulations, the Road Vehicles Lighting Regulations and subsequent amending regulations, current and proposed Health and Safety Regulations, EC machinery directives and CE regulations and any other applicable legislation, and be type approved.

The successful contractor shall be responsible for ensuring that the complete vehicle (and all equipment) meets all relevant UK and EU regulations at the time of delivery, including Whole Vehicle Type Approval and high conspicuous markings, and is fit for use on delivery in accordance with the specification.

The successful supplier must be able to evidence a proven track record of supplying a vehicle to the specification below in a current working environment.

The tenderer must provide firm delivery dates with the submission and shall be responsible for 1st registration and 12 months road fund license and should include the cost of these within the tendered price.

(MT Ref:226855)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit