Contract

T2555 Provision of Hire Services for Vehicle Plant

  • Belfast City Council

F03: Contract award notice

Notice identifier: 2025/S 000-038754

Procurement identifier (OCID): ocds-h6vhtk-04dc45 (view related notices)

Published 9 July 2025, 5:27pm



Section one: Contracting authority

one.1) Name and addresses

Belfast City Council

9-21 Adelaide Street

Belfast

BT2 8DJ

Email

BoydC@BelfastCity.gov.uk

Country

United Kingdom

Region code

UKN06 - Belfast

Internet address(es)

Main address

www.belfastcity.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

T2555 Provision of Hire Services for Vehicle Plant

Reference number

T2555

two.1.2) Main CPV code

  • 60182000 - Hire of industrial vehicles with driver

two.1.3) Type of contract

Services

two.1.4) Short description

Hire of vehicles and mobile plant to support operations when additional vehicles or mobile plant are required or when a vehicle or an item of mobile plant is off the road being serviced or repaired.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,500,000

two.2) Description

two.2.1) Title

Lot No

Lot 1 - Hire of Commercial Vehicles

two.2.2) Additional CPV code(s)

  • 34134200 - Tipper trucks
  • 34136000 - Vans

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast

two.2.4) Description of the procurement

Hire of commercial vehicles to support operations when additional vehicles are

required or when a vehicle is off the road being serviced or repaired.

two.2.5) Award criteria

Quality criterion - Name: Vehicle Maintenance and Repair / Weighting: 30

Quality criterion - Name: Contract Management / Weighting: 25

Quality criterion - Name: Vehicle Damage Management / Weighting: 35

Quality criterion - Name: Vehicle and Plant Information / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

• Additional delivery premises not shown in the tender documents. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered.

• Additional vehicles and plant of a similar nature to those requested in the tender documents. This may be in response to other services being identified over the duration of the contract which can provide temporary support for the Council’s in house operations to cover any shortfall in available resources. The contractor will be expected to price based on similar Premises/ tasks priced in the Pricing Schedule.

• Hire of vehicles over 7.5T such as refuse collection vehicles, beaver tail truck, suction road sweeper, precinct sweeper and tipper truck etc may be required throughout the duration of the contract. If a vehicle or plant is required, the Council shall contact all suppliers on the contract to advise them of their requirements and expected delivery period. They will then request a price from any supplier who can meet the requirements, the supplier with the lowest price and who can meet all the requirements shall be successful. If no supplier can provide the vehicle or plant the council shall obtain the vehicle or plant from another Source.

• Introduce required changes associated with the service to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, etc;

• Major incident/ environmental incident that requires resource support i.e. waste clean up/spill, additional waste vehicles or additional qualified resources.

• Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.

• Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

• Circumstances may arise where vehicles may be required with driver

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.2.14) Additional information

Quality 30%

Social Value 10%

two.2) Description

two.2.1) Title

Lot No

Lot 2 - Hire of Glass Collection Vehicle

two.2.2) Additional CPV code(s)

  • 34144511 - Refuse-collection vehicles

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast

two.2.4) Description of the procurement

Hire of 12T and 7.5T glass collection vehicles to support operations when additional

vehicles are required or when a vehicle is being serviced or repaired.

two.2.5) Award criteria

Quality criterion - Name: Vehicle Maintenance and Repair / Weighting: 30

Quality criterion - Name: Contract Management / Weighting: 25

Quality criterion - Name: Vehicle Damage Management / Weighting: 35

Quality criterion - Name: Vehicle and Plant Information / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

• Additional delivery premises not shown in the tender documents. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered.

• Additional vehicles and plant of a similar nature to those requested in the tender documents. This may be in response to other services being identified over the duration of the contract which can provide temporary support for the Council’s in house operations to cover any shortfall in available resources. The contractor will be expected to price based on similar Premises/ tasks priced in the Pricing Schedule.

• Hire of vehicles over 7.5T such as refuse collection vehicles, beaver tail truck, suction road sweeper, precinct sweeper and tipper truck etc may be required throughout the duration of the contract. If a vehicle or plant is required, the Council shall contact all suppliers on the contract to advise them of their requirements and expected delivery period. They will then request a price from any supplier who can meet the requirements, the supplier with the lowest price and who can meet all the requirements shall be successful. If no supplier can provide the vehicle or plant the council shall obtain the vehicle or plant from another Source.

• Introduce required changes associated with the service to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, etc;

• Major incident/ environmental incident that requires resource support i.e. waste clean up/spill, additional waste vehicles or additional qualified resources.

• Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.

• Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

• Circumstances may arise where vehicles may be required with driver

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.2.14) Additional information

Quality 30%

Social Value 10%

two.2) Description

two.2.1) Title

Lot No

Lot 3 - Hire of Mobile Plant

two.2.2) Additional CPV code(s)

  • 16700000 - Tractors
  • 34142300 - Dumper trucks
  • 34223200 - Bowsers
  • 43262100 - Mechanical excavators

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast

two.2.4) Description of the procurement

Hire of various mobile plant, including browser,, tractor, mower, dumper truck,

excavator and accessories to support operations when additional mobile plant are

required or when mobile plant is being serviced or repaired.

two.2.5) Award criteria

Quality criterion - Name: Vehicle Maintenance and Repair / Weighting: 30

Quality criterion - Name: Contract Management / Weighting: 25

Quality criterion - Name: Vehicle Damage Management / Weighting: 35

Quality criterion - Name: Vehicle and Plant Information / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

• Additional delivery premises not shown in the tender documents. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered.

• Additional vehicles and plant of a similar nature to those requested in the tender documents. This may be in response to other services being identified over the duration of the contract which can provide temporary support for the Council’s in house operations to cover any shortfall in available resources. The contractor will be expected to price based on similar Premises/ tasks priced in the Pricing Schedule.

• Hire of vehicles over 7.5T such as refuse collection vehicles, beaver tail truck, suction road sweeper, precinct sweeper and tipper truck etc may be required throughout the duration of the contract. If a vehicle or plant is required, the Council shall contact all suppliers on the contract to advise them of their requirements and expected delivery period. They will then request a price from any supplier who can meet the requirements, the supplier with the lowest price and who can meet all the requirements shall be successful. If no supplier can provide the vehicle or plant the council shall obtain the vehicle or plant from another Source.

• Introduce required changes associated with the service to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, etc;

• Major incident/ environmental incident that requires resource support i.e. waste clean up/spill, additional waste vehicles or additional qualified resources.

• Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.

• Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

• Circumstances may arise where vehicles may be required with driver

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.2.14) Additional information

Quality 30%

Social Value 10%

two.2) Description

two.2.1) Title

Lot No

Lot 4 - HIre of Telehandler

two.2.2) Additional CPV code(s)

  • 43200000 - Earthmoving and excavating machinery, and associated parts
  • 43260000 - Mechanical shovels, excavators and shovel loaders, and mining machinery

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast

two.2.4) Description of the procurement

Hire of telehandler to support operations when additional telehandlers are required

or when a telehandler is off the road being serviced or repaired.

two.2.5) Award criteria

Quality criterion - Name: Vehicle Maintenance and Repair / Weighting: 30

Quality criterion - Name: Contract Management / Weighting: 25

Quality criterion - Name: Vehicle Damage Management / Weighting: 35

Quality criterion - Name: Vehicle and Plant Information / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

• Additional delivery premises not shown in the tender documents. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered.

• Additional vehicles and plant of a similar nature to those requested in the tender documents. This may be in response to other services being identified over the duration of the contract which can provide temporary support for the Council’s in house operations to cover any shortfall in available resources. The contractor will be expected to price based on similar Premises/ tasks priced in the Pricing Schedule.

• Hire of vehicles over 7.5T such as refuse collection vehicles, beaver tail truck, suction road sweeper, precinct sweeper and tipper truck etc may be required throughout the duration of the contract. If a vehicle or plant is required, the Council shall contact all suppliers on the contract to advise them of their requirements and expected delivery period. They will then request a price from any supplier who can meet the requirements, the supplier with the lowest price and who can meet all the requirements shall be successful. If no supplier can provide the vehicle or plant the council shall obtain the vehicle or plant from another Source.

• Introduce required changes associated with the service to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, etc;

• Major incident/ environmental incident that requires resource support i.e. waste clean up/spill, additional waste vehicles or additional qualified resources.

• Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.

• Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

• Circumstances may arise where vehicles may be required with driver

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.2.14) Additional information

Quality 30%

Social Value 10%


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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-003990


Section five. Award of contract

Lot No

Lot 1 - Hire of Commercial Vehicles

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 June 2025

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Corrigans Vehicle Hire Ltd

Dungannon

Country

United Kingdom

NUTS code
  • UKN0B - Mid Ulster
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £700,000


Section five. Award of contract

Lot No

Lot 2 - Hire of Glass Collection Vehicles

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Lot No

Lot 3 - Hire of Mobile Plant

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 June 2025

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cyril Johnston Hire Ltd

Belfast

Country

United Kingdom

NUTS code
  • UKN06 - Belfast
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £700,000


Section five. Award of contract

Lot No

Lot 4 - Hire of Telehandler

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 June 2025

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Sunbelt Rentals Ltd

Cheshire

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £100,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Belfast

Country

United Kingdom