Tender

Supply of new Wheeled Loading Shovels and Telehandlers

  • Leicestershire County Council

F02: Contract notice

Notice identifier: 2021/S 000-027329

Procurement identifier (OCID): ocds-h6vhtk-02f22f

Published 1 November 2021, 2:57pm



Section one: Contracting authority

one.1) Name and addresses

Leicestershire County Council

County Hall, Leicester Road, Glenfield

Leicester

LE3 8RA

Contact

Mr Luke Rawle

Email

luke.rawle@leics.gov.uk

Country

United Kingdom

NUTS code

UKF21 - Leicester

Internet address(es)

Main address

https://www.eastmidstenders.org/index.html

Buyer's address

https://www.eastmidstenders.org/index.html

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=3484370a-1d3b-ec11-810e-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=3484370a-1d3b-ec11-810e-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of new Wheeled Loading Shovels and Telehandlers

Reference number

DN579346

two.1.2) Main CPV code

  • 16000000 - Agricultural machinery

two.1.3) Type of contract

Supplies

two.1.4) Short description

This procurement is for the purchase of two new wheeled loading shovels and two new telehandlers for Bardon WTS operations and replacements at Whetstone WTS and associated Goods and Services.

The scope of the procurement includes:

• Purchase of two new wheeled loading shovels for non-highway use.

• Purchase of two new telehandlers for non-highway use

• Delivery of one of each to Bardon WTS and Whetstone WTS.

• Options for the purchase of ancillary equipment and attachments

And the following Services for each machine:

• Extended Warranty to 5 Years or 5000 Hours;

• Manufacturer’s Scheduled Servicing for 5 years or 5000 Hours;

• Breakdown, Repair & Maintenance Service for 5 years or 5000 Hours;

• Telematics service for 5 years.

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1 – Supply, maintenance and servicing of two new wheeled loading shovels.

Lot No

1

two.2.2) Additional CPV code(s)

  • 16000000 - Agricultural machinery
  • 43000000 - Machinery for mining, quarrying, construction equipment

two.2.3) Place of performance

NUTS codes
  • UKF21 - Leicester
  • UKF22 - Leicestershire CC and Rutland

two.2.4) Description of the procurement

This procurement is for the purchase of two new wheeled loading shovels for Bardon WTS operations and replacements at Whetstone WTS and associated Goods and Services.

The scope of the procurement includes:

• Purchase of two new wheeled loading shovels for non-highway use.

• Delivery of one of each to Bardon WTS and Whetstone WTS.

• Options for the purchase of ancillary equipment and attachments

And the following Services for each machine:

• Extended Warranty to 5 Years or 5000 Hours;

• Manufacturer’s Scheduled Servicing for 5 years or 5000 Hours;

• Breakdown, Repair & Maintenance Service for 5 years or 5000 Hours;

• Telematics service for 5 years.

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: £400,000

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

Duration in months

60

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

Lot 2 - Supply, maintenance and servicing of two new telehandlers.

Lot No

2

two.2.2) Additional CPV code(s)

  • 16000000 - Agricultural machinery
  • 43000000 - Machinery for mining, quarrying, construction equipment

two.2.3) Place of performance

NUTS codes
  • UKF21 - Leicester
  • UKF22 - Leicestershire CC and Rutland

two.2.4) Description of the procurement

This procurement is for the purchase of two new telehandlers for Bardon WTS operations and replacements at Whetstone WTS and associated Goods and Services.

The scope of the procurement includes:

• Purchase of two new telehandlers for non-highway use

• Delivery of one of each to Bardon WTS and Whetstone WTS.

• Options for the purchase of ancillary equipment and attachments

And the following Services for each machine:

• Extended Warranty to 5 Years or 5000 Hours;

• Manufacturer’s Scheduled Servicing for 5 years or 5000 Hours;

• Breakdown, Repair & Maintenance Service for 5 years or 5000 Hours;

• Telematics service for 5 years.

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: £300,000

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

Duration in months

60

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.1.8) 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

29 November 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

29 November 2021

Local time

12:00pm


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 of Justice

The Strand

London

WC2A2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Leicestershire County Council (LCC) will incorporate a minimum 10 calendar days standstill

period at the point of information on the award of the contract, as communicated to

tenderers. Applicants who are unsuccessful shall be informed by LCC 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 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 for any document to be

amended and may award damages, make a declaration of ineffectiveness, order for a fine to

be paid, and/or order 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.