Tender

Purchase of Grounds Maintenance Machinery

  • Test Valley Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-025864

Procurement identifier (OCID): ocds-h6vhtk-02ec75

Published 15 October 2021, 3:10pm



Section one: Contracting authority

one.1) Name and addresses

Test Valley Borough Council

Beech Hurst, Weyhill Road,

Andover

SP10 3AJ

Contact

Dave Owers

Email

dowers@testvalley.gov.uk

Telephone

+44 01264368000

Country

United Kingdom

NUTS code

UKJ3 - Hampshire and Isle of Wight

National registration number

N/A

Internet address(es)

Main address

www.testvalley.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/67140

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=40095&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=40095&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

Purchase of Grounds Maintenance Machinery

Reference number

ENV25

two.1.2) Main CPV code

  • 43325100 - Grounds-maintenance equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Test Valley Borough Council (TVBC) proposes to enter into contract for the supply of grounds maintenance machinery as described in the specifications, The specifications are based on our current fleet – references to branded items and measurements should be considered to be ‘or equivalent’.

Machine 1 – John Deere 1580 Out Front Mower. – Quantity 3. (Two are to be complete with 62” belt driven out front rotary rear discharge decks and one is to be complete with 1.6m working width flail that is compatible with the machine)

Machine 2 – Ferris IS 2600Z Zero Turn Ride on Mower with 61” rear discharge Cutter Deck – Quantity 1

Machine 3 – Bank Tractor and front mounted 2 Mtr. Garroy GF2072 Flail attachment (or equivalent) – Quantity 1

Machine 4 – Cut and Collect Mower– Quantity 1

Further information including tender documents is available on our eTendering system at https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40095&B=UK

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)

  • 43325100 - Grounds-maintenance equipment

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Test Valley Borough Council (TVBC) proposes to enter into contract for the supply of grounds maintenance machinery as described in the specifications, The specifications are based on our current fleet – references to branded items and measurements should be considered to be ‘or equivalent’.

Machine 1 – John Deere 1580 Out Front Mower. – Quantity 3. (Two are to be complete with 62” belt driven out front rotary rear discharge decks and one is to be complete with 1.6m working width flail that is compatible with the machine)

Machine 2 – Ferris IS 2600Z Zero Turn Ride on Mower with 61” rear discharge Cutter Deck – Quantity 1

Machine 3 – Bank Tractor and front mounted 2 Mtr. Garroy GF2072 Flail attachment (or equivalent) – Quantity 1

Machine 4 – Cut and Collect Mower– Quantity 1

Further information including tender documents is available on our eTendering system at https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40095&B=UK

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

16 November 2021

End date

31 March 2022

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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

15 November 2021

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

15 November 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As set out in the Public Contracts Regulations 2015