Tender

Acquisition & Conversion of HGVs & Specialist Vehicles including Waste Skips, Containers, and Bins

  • THE ASSOCIATION OF NORTH EAST COUNCILS LIMITED T/A NORTH EAST PROCUREMENT ORGANISATION (NEPO)

F02: Contract notice

Notice identifier: 2024/S 000-026689

Procurement identifier (OCID): ocds-h6vhtk-045357

Published 21 August 2024, 2:45pm



The closing date and time has been changed to:

9 October 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

THE ASSOCIATION OF NORTH EAST COUNCILS LIMITED T/A NORTH EAST PROCUREMENT ORGANISATION (NEPO)

Northern Design Centre, Abbots Hill, Baltic Business Quarter

Gateshead

NE8 3DF

Contact

Michelle Graham

Email

fleet@nepo.org

Telephone

+44 1916380040

Country

United Kingdom

Region code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.nepo.org

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://open-uk.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://open-uk.org/

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

Acquisition & Conversion of HGVs & Specialist Vehicles including Waste Skips, Containers, and Bins

Reference number

NEPO224

two.1.2) Main CPV code

  • 34140000 - Heavy-duty motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Association of North East Councils trading as the North East Procurement Organisation (NEPO) in partnership with The Procurement Partnership Ltd (TPPL) is seeking to establish a multi-supplier, multi-lot Framework Agreement for the

Acquisition and Conversion of Heavy Goods and Specialist Vehicles with Waste skips, containers and bins for use by contracting authorities throughout the United Kingdom.

NEPO intends to publish an Invitation to Tender via the Open eTendering system. Suppliers wishing to be considered for this Framework Agreement must register their expression of interest and submit a tender through the NEPO eTendering system. If not

already registered, candidates should register on the Open eTender system at https://www.nepo.org/open

Tenders must be submitted using the link above. Tenders submitted via post or email methods will not be accepted.

Guidance for how to create an account, search for opportunities and respond is included within the Supplier's hub. If you require further support please email open.support@nepo.org

two.1.5) Estimated total value

Value excluding VAT: £1,100,000,000

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

Vehicle Chassis up to 44t

Lot No

1

two.2.2) Additional CPV code(s)

  • 34139000 - Chassis

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Chassis supplied to be both converted and unconverted operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels.

This Lot is for the purchase of either unconverted chassis or converted chassis from the Original Equipment Manufacturer (OEM), who can supply direct, or via any of their franchise dealerships.

Chassis to be supplied under this Lot include day and sleeper cabs of various wheelbases that are acceptable for conversion with body types including but not limited to: tippers, dropside, flat, beavertail, curtain-side, box, Luton, refuse collection, bin lifts and recycling bodies, gritter, snowplough and auger spreaders, tanker, gully emptier, aerial platforms, hook loader, waste containers and any other demountable body systems that may be required, jetter, cranes, mobile library and offices, vehicle and plant recovery, street lighting and highway maintenance bodies, and any other body type an Member may require. The Lot will also include the options to offer spare parts and maintenance contract services.

If a converted vehicle is required under this Lot, the convertor may either be nominated by the Member or the OEM will use their preferred convertor. For clarity, purchases from this Lot will be made from OEMs of chassis (unconverted/converted) that have been appointed to the framework in this Lot.

Within Lot 1, Members can nominate their preferred convertor(s) for use by the successful OEM manufacturers/franchise dealer when supplying converted vehicle chassis. In these circumstances, the OEM manufacturer or OEM nominated franchise dealership is liable for the vehicle(s) ordered until delivered and signed for by the Member. For clarity, for all purchases made within Lot 1 the invoice and contractual relationship remains between the Member and the successful OEM manufacturer or the OEM nominated franchise dealership.

two.2.5) Award criteria

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

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This Framework will be subject to future renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Refuse collection conversions up to 44t

Lot No

2

two.2.2) Additional CPV code(s)

  • 34144511 - Refuse-collection vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the purchase of chassis converted to the purpose of refuse collection. Fuel types to include, but are not limited to, Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels. Members can if they choose to, nominate a preferred chassis for conversion. Alternatively, where the Member owns an existing chassis, they can pay for the body only for the purpose of mounting on an existing chassis. Convertors can make available for sale ex-demonstration vehicles to Members within this Lot.

Body type conversions to include but not limited to: Refuse collection, bin lifts, food waste collection, and recycling bodies

Within Lot 2, Members can nominate their preferred chassis for use by the successful vehicle convertor when supplying body type conversions. In these circumstances, the vehicle convertor is liable for the vehicle(s) ordered until delivered and signed for by the Member. For clarity, for all purchases made within Lot 2 the invoice and contractual relationship remains between the Member and the successful vehicle convertor.

two.2.5) Award criteria

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

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This Framework will be subject to future renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sweeper conversions up to 44t

Lot No

3

two.2.2) Additional CPV code(s)

  • 34921100 - Road sweepers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the purchase of chassis converted to Sweepers, including pedestrian, sub-compact, compact, mid-size and truck-mounted Sweepers. Fuel types to include, but are not limited to, Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels. Members can if they choose to, nominate a preferred chassis for conversion. Alternatively, where the Member owns an existing chassis, they can pay for the body only for the purpose of mounting on an existing chassis. Convertors can make available for sale ex-demonstration vehicles to Members within this Lot.

Body type conversions to include but not limited to: Pedestrian, sub-compact, compact, mid-size and truck-mounted sweepers.

Within Lot 3, Members can nominate their preferred chassis for use by the successful vehicle convertor when supplying body type conversions. In these circumstances, the vehicle convertor is liable for the vehicle(s) ordered until delivered and signed for by the Member. For clarity, for all purchases made within Lot 3 the invoice and contractual relationship remains between the Member and the successful vehicle convertor.

two.2.5) Award criteria

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

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This Framework will be subject to future renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Winter maintenance conversions up to 44t

Lot No

4

two.2.2) Additional CPV code(s)

  • 34143000 - Winter-maintenance vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the purchase of chassis converted to winter maintenance activities. Fuel types to include, but are not limited to, Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels. Members can if they choose to, nominate a preferred chassis for conversion. Alternatively, where the Member owns an existing chassis, they can pay for the body only for the purpose of mounting on an existing chassis. Convertors can make available for sale ex-demonstration vehicles to Members within this Lot.

Body type conversions to include but not limited to: quick change/demountable body systems, gritters, snowploughs, auger spreaders, liquid de-icers, trailed gritters, compact gritters, and multi-purpose bodies.

Within Lot 4, Members can nominate their preferred chassis for use by the successful vehicle convertor when supplying body type conversions. In these circumstances, the vehicle convertor is liable for the vehicle(s) ordered until delivered and signed for by the Member. For clarity, for all purchases made within Lot 4 the invoice and contractual relationship remains between the Member and the successful vehicle convertor.

two.2.5) Award criteria

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

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This Framework will be subject to future renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Specialist conversions up to 44t

Lot No

5

two.2.2) Additional CPV code(s)

  • 34114000 - Specialist vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the purchase of chassis converted to specialist and/or municipal functions. Fuel types to include, but are not limited to, Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels. Members can if they choose to, nominate a preferred chassis for conversion. Alternatively, where the Member owns an existing chassis, they can pay for the body only for the purpose of mounting on an existing chassis. Convertors can make available for sale ex-demonstration vehicles to Members within this Lot.

Body type conversions to include but not limited to: tippers, dropside, flat, beavertail, curtain-side, box, Luton, tanker, gully emptier, aerial platforms, hook loader, quick change/demountable body systems, jetter, cranes, mobile library and offices, vehicle and plant recovery, street lighting and highway maintenance bodies, road marking, hotbox, multipurpose bodies, Impact Protection vehicles and trailers, generators, temporary lighting, blue light/emergency response, and any other body type a Member may require including associated trailers

Within Lot 5, Members can nominate their preferred chassis for use by the successful vehicle convertor when supplying body type conversions. In these circumstances, the vehicle convertor is liable for the vehicle(s) ordered until delivered and signed for by the Member. For clarity, for all purchases made within Lot 5 the invoice and contractual relationship remains between the Member and the successful vehicle convertor.

two.2.5) Award criteria

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

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This Framework will be subject to future renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Electric & Hydrogen drivetrain conversions

Lot No

6

two.2.2) Additional CPV code(s)

  • 34144900 - Electric vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Electric or hydrogen vehicle drivetrain conversion systems, to include range-extending solutions. This Lot is for the supply, fit, and/or refurbishment of electric or hydrogen drivetrain solutions to repower internal combustion engine vehicles.

Types of vehicles to be repowered includes but is not limited to, all HGVs (of any weight and chassis), light and medium commercial vehicles (from 3.5t to 12.5t) and buses (from 5 to any number of seats) including accessible and non-accessible, articulated and double decked. Services expected to be provided includes but is not limited to, design, conversion, warranty, servicing, maintenance and training.

two.2.5) Award criteria

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

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This Framework will be subject to future renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Roll on - roll off (RoRo) containers and skips

Lot No

7

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply (not hire) of roll-on, roll-off (RoRo) containers and skips suitable for a wide variety of waste streams as required by Members. E.g. bulky waste, construction/demolition waste, non-hazardous waste, heavy materials, metals, soils. To include, rear end loader (REL), front end loader (FEL), smooth sided, heavy-duty, and enclosed/lockable options suitable for hazardous waste streams such as asbestos. Sizes to include, but not limited to, 40yd, 20yd, 16yd, 14yd, 12yd, 8yd, and 4yd.

two.2.5) Award criteria

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

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This Framework will be subject to future renewals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Waste bins, food waste caddies, and wheelie bins

Lot No

8

two.2.2) Additional CPV code(s)

  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply of waste bins, food waste caddies, and wheelie bins. Waste containers in plastic (e.g. HDPE) or, if required, metal or other suitable material suitable for a wide range of waste streams. To include, but not limited to the following categories of waste containers in any capacity, wheeled/mobile containers, garden/bio waste, pre-sorting bins/caddies, streetscene litter bins, underground systems, recycling/collection banks, and hazardous waste systems.

Additional services associated with this Lot can include the provision of container refurbishment and recycling.

two.2.5) Award criteria

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

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

This Framework will be subject to future renewals.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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: 2024/S 000-012674

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

Originally published as:

Date

25 September 2024

Local time

12:00pm

Changed to:

Date

9 October 2024

Local time

12:00pm

See the change notice.

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

25 September 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 12 months prior to the published expiry date.

six.4) Procedures for review

six.4.1) Review body

North East Procurement Organisation (NEPO)

Northern Design Centre, Abbots Hill, Baltic Business Quarter,

Gateshead

NE8 3DF

Email

fleet@nepo.org

Country

United Kingdom