Tender

TC01409 The Purchase of ten (10) electric forklift trucks and five (5) battery chargers

  • THE FELIXSTOWE DOCK AND RAILWAY COMPANY

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-048958

Procurement identifier (OCID): ocds-h6vhtk-058877

Published 14 August 2025, 9:12pm



Scope

Reference

TC01409

Description

The Felixstowe Dock and Railway Company requires the supply of ten (10) fully electric 4.5 tonne forklift trucks and five (5) battery chargers with (but not limited to):

Minimum load capacity 4500KG @600mm load centre

Minimum lift height 3000mm

Mast standard or duplex 2°F - 6°B of tilt

Carriage integral sideshift with 1200mm forks

Hydraulic fork spread is not required. Loadguard shall be fitted by form of bolts and not welded in place.

(refer to full specification for further details)

Total value (estimated)

  • £900,000 excluding VAT
  • £1,080,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 January 2026 to 31 May 2026
  • 5 months

Main procurement category

Goods

CPV classifications

  • 31158100 - Battery chargers
  • 42415110 - Forklift trucks

Contract locations

  • UKH14 - Suffolk

Submission

Enquiry deadline

8 September 2025, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

8 September 2025, 5:00pm

Submission address and any special instructions

Proactis e-tender platform:

https://procontract.due-north.com/Register

Suppliers that are already registered on the Proactis e-tender platform can log on and search for this tender opportunity under Hutchison Ports UK (parent company of The Felixstowe Dock and Railway Company).

Please note if you are not registered, you will need to register first than proceed in searching for the opportunity following completion of the registration.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

25 November 2025


Award criteria

This table displays the award criteria of the lot
Name Description Type
Stage 1 - Technical

Supply a forklift with minimum ground clearance of 160mm at centre of wheelbase

Quality
Stage 1 - Technical

Supply a forklift with integrated side shaft

Quality
Stage 1 - Technical

Supply a forklift with a Lithium-ION battery above 460Ah (41 kWh)

Quality
Stage 1 - Technical

Supply a charger of 9kW or greater

Quality
Stage 1 - Technical

Supply a forklift with an estimated operational duty cycle between changes of 6 hours or greater

Quality
Stage 2 - Price and Delivery

Total cost for ten (10) electric 4.5tonne forklift trucks

Price
Stage 2 - Price and Delivery

Total cost for five (5) battery chargers

Price
Stage 2 - Price and Delivery

Total cost of delivery for both trucks and chargers

Price
Stage 2 - Sustainability

Describe how your organisation is working towards achieving Net Zero carbon emissions. Please include a copy of your Carbon Reduction Plan or equivalent

Quality
Stage 2 - Sustainability

Please explain how the equipment you are supplying minimises energy use and emissions across its lifecycle. Include references to energy ratings, fuel efficiency, electrification, or low-emission...

Quality
Stage 2 - Sustainability

What measures have been taken to ensure the equipment is designed with sustainability in mind (e.g., recycled materials, modular design, ease of repair, end-of-life recycling)?

Quality
Stage 2 - Sustainability

List any environmental & quality certifications or standards the equipment and/or the supplier complies with (e.g., ISO 14001, Eco-Design, RoHS, REACH, CE marking).

Quality
Stage 2 - Sustainability

What steps will you take to minimise environmental impact in production, procurement & delivery of the equipment. Demonstrate the carbon impact in tons of CO2 for the procurement of the equipment.

Quality
Stage 2 - Sustainability

How will your contract delivery support social and environmental value in the UK & within your business location, such as biodiversity protection, air quality improvement, or local community benefits.

Quality
Stage 2 - Sustainability

Please describe any innovative approaches your equipment or service offers that contribute to sustainability goals (e.g., digital efficiency monitoring, AI optimisation, renewable power integration).

Quality
Stage 2 - Deviations

No material deviations to Conditions of Contract or Technical Specifications - Deviations will be considered material if they could result in i) additional cost or ii) additional risk to the Purchaser

Quality

Weighting description

Stage 1

5 x technical questions - all pass/fail mark awarded - stage 1 is required to receive a pass mark for each technical question to proceed to stage 2. If a Supplier fails this section the evaluation of their submission shall cease.

Stage 2

Price has 3 questions - total weighting 70%

Sustainability has 7 questions - total weighting 10%

Deviations has 1 question - total weighting 20%


Other information

Payment terms

The payment terms are provided within the tender document. The tender document is available at the expression of interest and conditions of participation stages on the Proactis e-tender portal.

Description of risks to contract performance

Supply of electric fork trucks to meet requirement are not available.

Down turn in global shipping, reduced number of container moves and as a result could reduce the requirement for the equipment.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Interested suppliers are to express their interest in this opportunity via the Purchasers e-tender portal

https://procontract.due-north.com/Register

Please note that Suppliers will be required to register on the e-tender portal if they are not already registered - registration is a free process to complete.

The tender document contains the specification: submission requirements, two stages of award criteria (Stage 1 - Technical which will be a pass or fail and a pass mark shall be required to proceed to stage 2). Stage 2 - Cost, Sustainability and Deviations which shall be weighted criteria (as set out in the section headed Award Criteria in this notice), together with the Form of Contract. These documents are all available on the Purchasers e-tender portal.

NOTE - The tender document is provided for information of the requirements and must not be completed or submitted until invited to do so following successful completion of the Conditions of Participation stage which includes assessment of the Suppliers financial standing.

Suppliers will be required to complete the Conditions of Participation. Submissions must be completed by the date for requests to participate (08/09/2025 - 1700 hours).

The Purchasers Finance Department will undertake a financial assessment of the Suppliers financial standing, using an obtained finance report. Suppliers must pass both the Conditions of Participation and the financial assessment.

Successful Suppliers that pass both the Conditions of Participation and the financial assessment will be invited to tender.

Tender submissions are required to be submitted via the Purchasers e-tender portal and will be opened following submission at a scheduled tender committee meeting. A preferred Supplier stage will be entered into following the completion of the tender assessments, this will allow for contract terms negotiations to be finalised as required.


Contracting authority

THE FELIXSTOWE DOCK AND RAILWAY COMPANY

  • Companies House: ZC000205
  • Public Procurement Organisation Number: PRVX-4252-DPQD

Tomline House

Felixstowe

IP11 3SY

United Kingdom

Region: UKH14 - Suffolk

Organisation type: Private utility