Contract

Framework Agreement for the Hire of Large Plant (some with Operator) 2021 - 2023 (2025)

  • Wigan Council

F03: Contract award notice

Notice identifier: 2021/S 000-029123

Procurement identifier (OCID): ocds-h6vhtk-02ab20

Published 23 November 2021, 10:50am



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

Email

christopher.dunn@wigan.gov.uk

Telephone

+44 1942767315

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.wigan.gov.uk/

Buyer's address

http://www.wigan.gov.uk/

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