- Scope of the procurement
- Lot 1 – Backhoe Loader (with Operator)
- Lot 2 – Paving Machine (with Operator(s))
- Lot 3 – Road Planer (with Operator(s)) and Road Sweeper (with Operator)
- Lot 4 – HGV Tipper 6 Wheel / 8 Wheel (with Operator)
- Lot 5 – Grab Wagon (with Operator)
- Lot 6 – Mobile Welfare Units
- Lot 7 – Steel Lock-Up Container
Section one: Contracting authority
one.1) Name and addresses
Wigan Council
Directorate of Places: Environment, Makerfield Way Depot, Makerfield Way, Ince
Wigan
WN2 2PR
Contact
Mr. Christopher Dunn
Telephone
+44 1942767315
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's 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
Framework Agreement for the Hire of Large Plant (some with Operator) 2021 - 2023 (2025)
Reference number
DN539369
two.1.2) Main CPV code
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- PA01 - Hire
- PB05 - With operator
two.1.3) Type of contract
Works
two.1.4) Short description
The objective of this tender process is to establish a Framework Agreement for the hire of
various types of large plant to Wigan Council. Some of the items of plant must be provided
with an Operator. The Framework Agreement will comprise of the following Lots:
Lot 1 – Backhoe Loader (with Operator)
Lot 2 – Paving Machine (with Operator(s))
Lot 3 – Road Planer (with Operator(s)) and Road Sweeper (with Operator)
Lot 4 – HGV Tipper 6 Wheel / 8 Wheel (with Operator)
Lot 5 – Grab Wagon (with Operator)
Lot 6 – Mobile Welfare Units
Lot 7 – Steel Lock-Up Container
It is the intention to appoint a minimum of 2 suppliers to each Lot (Wigan Council will not be
bound to appoint more than 2 suppliers to each Lot), subject to there being sufficient
tenders meeting the criteria for appointment. Tenderers may apply for one, some or all Lots.
The Framework Agreement will run for an initial period of 2 years, with two 12-month
extension options. The maximum duration of the Framework Agreement will be 4 years.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £1 / Highest offer: £2,000,000 taken into consideration
two.2) Description
two.2.1) Title
Lot 1 – Backhoe Loader (with Operator)
Lot No
1
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, hire of 3 Backhoe Loaders (each for 37 hours per week) each financial year,
dependent on workflow. Actual ordering requirements may be higher or lower dependent on
requirements arising during the period of the Framework Agreement.
Each machine will primarily be used to assist with Highway Maintenance work within the
borough of Wigan. The work will involve excavating footway pavements and assisting with
the application of laying bituminous materials.
The item of plant (Backhoe Loader) will be supplied with a suitably competent driver. Proof
will be required of any relevant experience and training of drivers such as a valid driving
licence, operator’s licence, certifications and accreditations. Where possible, the
Provider(s) should provide Operators with experience of carrying out highway maintenance
work.
Backhoe Loaders supplied must be capable of attaching a hydraulic breaker to the backhoe.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery – Plant Ordering/Delivery / Weighting: 5%
Quality criterion - Name: Service Delivery – Service Provision / Weighting: 5%
Quality criterion - Name: Employee Training / Competency of Plant Operators / Weighting: 5%
Quality criterion - Name: Health and Safety / Weighting: 5%
Quality criterion - Name: Social Value - Promote Employment and Economic Sustainability / Weighting: 20%
Quality criterion - Name: Social Value - Promote Environmental Sustainability / Weighting: 10%
Price - Weighting: 50%
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 – Paving Machine (with Operator(s))
Lot No
2
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, Wigan Council will be looking to hire an appropriately sized Paving Machine at
various times through the financial year; however, this is dependent on workflow.
Indicatively, this could be around 8 times per year, generally for one day per order. Actual
ordering requirements may be higher or lower dependent on requirements arising during the
period of the Framework Agreement.
Each machine will primarily be used to assist with highway maintenance work within the
borough of Wigan. The work will involve paving bituminous materials to a specified depth on
Wigan Council’s carriageway network. There may be occasions where the Paving Machine
will be required to work on footway pavements and car parking areas.
The item of plant (Paving Machine) will be supplied with a suitably competent
Driver/Operative(s). Proof will be required of any relevant experience and training of drivers
such as a valid driving licence, operator’s licence, certifications and accreditations.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery – Plant Ordering/Delivery / Weighting: 5%
Quality criterion - Name: Service Delivery – Service Provision / Weighting: 5%
Quality criterion - Name: Employee Training / Competency of Plant Operators / Weighting: 5%
Quality criterion - Name: Health and Safety / Weighting: 5%
Quality criterion - Name: Social Value - Promote Employment and Economic Sustainability / Weighting: 20%
Quality criterion - Name: Social Value - Promote Environmental Sustainability / Weighting: 10%
Price - Weighting: 50%
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 3 – Road Planer (with Operator(s)) and Road Sweeper (with Operator)
Lot No
3
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, hire of appropriately sized Road Planers at various times throughout the
financial year; however, this is dependent on workflow. Indicatively, this could be around 30
times per year (up to 350mm milling width) and 3 times per year (up to 1,000mm milling
width), generally for one day per order. Actual ordering requirements may be higher or lower
dependent on requirements arising during the period of the Framework Agreement.
Each machine will primarily be used to assist with highway maintenance work within the
borough of Wigan. The work will involve planing to a specified depth on Wigan Council’s
carriageway network. There may be occasions where the Planer will be required to work on
footway pavements and car parking areas.
The item of plant (Road Planer) will be supplied with a suitably competent Driver/Operative.
Proof will be required of any relevant experience and training of drivers such as a valid driving
licence, operator’s licence, certifications and accreditations.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery – Plant Ordering/Delivery / Weighting: 5%
Quality criterion - Name: Service Delivery – Service Provision / Weighting: 5%
Quality criterion - Name: Employee Training / Competency of Plant Operators / Weighting: 5%
Quality criterion - Name: Health and Safety / Weighting: 5%
Quality criterion - Name: Social Value - Promote Employment and Economic Sustainability / Weighting: 20%
Quality criterion - Name: Social Value - Promote Environmental Sustainability / Weighting: 10%
Price - Weighting: 50%
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 4 – HGV Tipper 6 Wheel / 8 Wheel (with Operator)
Lot No
4
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, 6 to 8 tippers per week (for an 8-wheel HGV tipper) dependent on workflow i.e.
3 tippers on for 2 days per week. Prices will also be sought for the hire of a 6-wheel tipper on
an as need basis. Actual ordering requirements may be higher or lower dependent on
requirements arising during the period of the Framework Agreement.
The vehicle will primarily be used to assist with Highway Maintenance work within the
borough of Wigan. The work will involve excavating footway pavements and assisting with
the application of laying bituminous materials. The vehicle will be primarily used to dispose
site spoil and travelling to disposal centres within the borough of Wigan.
The item of plant (HGV tipper 8x4/6x4) will be supplied with a driver. Proof will be required
of any relevant experience and training of drivers such as valid driving licence, operator’s
licence, certifications and accreditations.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery – Plant Ordering/Delivery / Weighting: 5%
Quality criterion - Name: Service Delivery – Service Provision / Weighting: 5%
Quality criterion - Name: Employee Training / Competency of Plant Operators / Weighting: 5%
Quality criterion - Name: Health and Safety / Weighting: 5%
Quality criterion - Name: Social Value - Promote Employment and Economic Sustainability / Weighting: 20%
Quality criterion - Name: Social Value - Promote Environmental Sustainability / Weighting: 10%
Price - Weighting: 50%
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 5 – Grab Wagon (with Operator)
Lot No
5
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, hire of 1 vehicle per day on an as need basis dependent on workflow. Actual
ordering requirements may be higher or lower dependent on requirements arising during the
period of the Framework Agreement.
The vehicle will primarily be used to assist with Highway Maintenance work within the borough of Wigan. The work will involve excavating footway pavements and assisting with
the application of laying bituminous materials. The vehicle will also be required to move
smaller items of plant either by lifting or towing which include, generators, towable pumps
and small road rollers (e.g., Bomag 80).
The item of plant (Grab wagon) will be supplied with a driver. Proof will be required of any
relevant experience and training of drivers such as valid driving licence, operator’s licence,
certifications and accreditations.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery – Plant Ordering/Delivery / Weighting: 5%
Quality criterion - Name: Service Delivery – Service Provision / Weighting: 5%
Quality criterion - Name: Employee Training / Competency of Plant Operators / Weighting: 5%
Quality criterion - Name: Health and Safety / Weighting: 5%
Quality criterion - Name: Social Value - Promote Employment and Economic Sustainability / Weighting: 20%
Quality criterion - Name: Social Value - Promote Environmental Sustainability / Weighting: 10%
Price - Weighting: 50%
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 6 – Mobile Welfare Units
Lot No
6
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, hire of 3 units on continuous hire, with each welfare unit being re-located
approximately once every 2 weeks, dependent on workflow. Actual ordering requirements
may be higher or lower dependent on requirements arising during the period of the
Framework Agreement.
Each unit will primarily be used to assist with Highway Maintenance work within the borough
of Wigan. The work will involve excavating footway pavements and assisting with the
application of laying bituminous materials.
Delivery of the Welfare Unit will be direct to site at a location within the borough of Wigan.
There may be an occasion where the delivery location or travel location my fall outside of the
borough boundary of Wigan. The Welfare Unit will normally remain on site for a period of up
to 2 weeks, but this is dependent on the nature of the work and can vary either way.
There will be a requirement for the Provider(s) appointed to this Lot to relocate welfare
units, with each unit being re-located approximately once every 2 weeks.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery – Plant Ordering/Delivery / Weighting: 5%
Quality criterion - Name: Service Delivery – Service Provision / Weighting: 5%
Quality criterion - Name: Employee Training / Competency of Plant Operators / Weighting: 5%
Quality criterion - Name: Health and Safety / Weighting: 5%
Quality criterion - Name: Social Value - Promote Employment and Economic Sustainability / Weighting: 20%
Quality criterion - Name: Social Value - Promote Environmental Sustainability / Weighting: 10%
Price - Weighting: 50%
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 7 – Steel Lock-Up Container
Lot No
7
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, hire of 3 12ft Lock Up Units on continuous hire, with each unit being re-located
approximately once every 2 weeks, dependent on workflow. Actual ordering requirements
may be higher or lower dependent on requirements arising during the period of the
Framework Agreement.
Each unit will primarily be used to assist with Highway Maintenance work within the borough
of Wigan. The work will involve excavating footway pavements and assisting with the
application of laying bituminous materials.
Delivery of the Lock Up Unit will be direct to site at a location within the borough of Wigan.
There may be an occasion where the delivery location or travel location my fall outside of the
borough boundary of Wigan. The Lock Up Unit will normally remain on site for a period of up
to 2 weeks, but this is dependent on the nature of the work and can vary either way.
At the end of each job, the Unit will need to be relocated to a new location by the supplier.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery – Plant Ordering/Delivery / Weighting: 5%
Quality criterion - Name: Service Delivery – Service Provision / Weighting: 5%
Quality criterion - Name: Employee Training / Competency of Plant Operators / Weighting: 5%
Quality criterion - Name: Health and Safety / Weighting: 5%
Quality criterion - Name: Social Value - Promote Employment and Economic Sustainability / Weighting: 20%
Quality criterion - Name: Social Value - Promote Environmental Sustainability / Weighting: 10%
Price - Weighting: 50%
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 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
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 000-009135
Section five. Award of contract
Lot No
1
Title
Lot 1 - Backhoe Loader with Operator
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 November 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Richmond Plant
27 Crooke Road, Standish Lower Ground
Wigan
WN6 8LR
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
H&C Plant Hire Limited
Bredbury Parkway
Stockport
SK6 2SN
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Clive Hurt (Plant Hire) Limited
Sandham House, Redrose Drive, Lancashire Business Park
Leyland
PR26 6TJ
Country
United Kingdom
NUTS code
- UKD47 - Chorley and West Lancashire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £700,000 taken into consideration
Section five. Award of contract
Lot No
2
Title
Lot 2 - Paving Machine with Operator
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 November 2021
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Multipave NW Ltd
12 Centurion Court, Farington
Leyland
PR25 3UQ
Country
United Kingdom
NUTS code
- UKD47 - Chorley and West Lancashire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £40,000 taken into consideration
Section five. Award of contract
Lot No
3
Title
Lot 3 - Road Planer with Operator(s) and Road Sweeper with Operator
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 November 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
NMS Civil Engineering Ltd
Park Industrial Estate, Liverpool Road, Ashton in Makerfield
Wigan
WN4 0YU
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
J Fisher and Sons Ltd
Unit 10, Chanters Industrial Estate, Arley Way
Atherton
M46 9BP
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £120,000 taken into consideration
Section five. Award of contract
Lot No
4
Title
Lot 4 - HGV Tipper 6 Wheel / 8 Wheel with Operator
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 November 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Millfield Agricultural Services Ltd
Millfield Park, Millfield Lane
Haydock
WA11 9TE
Country
United Kingdom
NUTS code
- UKD71 - East Merseyside
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
J Fisher and Sons Ltd
Unit 10, Chanters Industrial Estate, Arley Way
Atherton
M46 9BP
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
NMS Civil Engineering Ltd
Park Industrial Estate, Liverpool Road, Ashton in Makerfield
Wigan
WN4 0YU
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Clive Hurt (Plant Hire) Limited
Sandham House, Redrose Drive, Lancashire Business Park
Leyland
PR26 6TJ
Country
United Kingdom
NUTS code
- UKD47 - Chorley and West Lancashire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £455,000 taken into consideration
Section five. Award of contract
Lot No
5
Title
Lot 5 - Grab Wagon with Operator
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 November 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Millfield Agricultural Services Ltd
Millfield Park, Millfield Lane
Haydock
WA11 9TE
Country
United Kingdom
NUTS code
- UKD71 - East Merseyside
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
J Fisher and Sons Ltd
Unit 10, Chanters Industrial Estate, Arley Way
Atherton
M46 9BP
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Clive Hurt (Plant Hire) Limited
Sandham House, Redrose Drive, Lancashire Business Park
Leyland
PR26 6TJ
Country
United Kingdom
NUTS code
- UKD47 - Chorley and West Lancashire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £465,000 taken into consideration
Section five. Award of contract
Lot No
6
Title
Lot 6 - Mobile Welfare Units
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 November 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Welfare Unit Hire Ltd
Unit 5b, Cricket Street Business Park, Cricket Street
Wigan
WN6 7TP
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Sunbelt Rentals Limited
102 Dalton Avenue, Birchwood Park
Warrington
WA3 6YE
Country
United Kingdom
NUTS code
- UKD61 - Warrington
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £150,000 taken into consideration
Section five. Award of contract
Lot No
7
Title
Lot 7 - Steel Lock-Up Containers
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 November 2021
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Sunbelt Rentals Limited
102 Dalton Avenue, Birchwood Park
Warrington
WA3 6YE
Country
United Kingdom
NUTS code
- UKD61 - Warrington
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £65,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom