Construction Contract Leads
East Midlands
Category Services
Type
No. of Lots 1
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e450 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £1,750,000 |
East Midlands
Category Services
Type
No. of Lots 1
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e450 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £1,750,000 |
Section I: Contracting authority
I.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Mr Luke Rawle
luke.rawle [at] leics.gov.uk
Telephone
+44 1163052043
Country
United Kingdom
NUTS code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Compaction Machine Servicing, Maintenance and Repair
Reference number
DN764301
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
The Pre-planned Servicing, Maintenance and Reactive Repair Of Static, Portable And Roller Compaction Machines At Leicestershire Recycling & Household Waste Sites (RHWS)
II.1.5) Estimated total value
Value excluding VAT: 拢1,750,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 71300000 - Engineering services
II.2.3) Place of performance
NUTS codes
- UKF22 - Leicestershire CC and Rutland
II.2.4) Description of the procurement
Leicestershire County Council (鈥渢he Council鈥) is issuing this ITT to identify and appoint a suitable supplier for the Servicing, Maintenance and Repair of static, portable and roller compaction machines at its thirteen (13) Recycling and Household Waste Sites (RHWSs) sited in various locations throughout the County. The RHWSs operate on a rota basis, 7 days a week for 52 weeks a year. (All sites are closed only on Christmas Eve, Christmas, Boxing and New Year鈥檚 Days.)
The Council currently operates 52 static Hussmann compactors for green, cardboard and general waste, and 12 Hussmann and 4 Rotokrush roller packers for wood. A further 3 portable compactors are also held, which may be redeployed to Whetstone RHWS at some time during the Contract Term. The majority of equipment is between 25-30 years old, with the exception of the Rotokrushers which are less than 6 years old. A detailed description of the compaction equipment at each RHWS is contained in the invitation to tender document.
The Council requires the services of a suitably qualified and experienced single Supplier to provide an on-site service to all its compaction equipment at 13 sites covering both:
鈥 planned preventative maintenance (PPM)
and,
鈥 reactive maintenance (RM)
The scope of the services required includes provision of:
鈥 All labour, including management supervision and overheads;
鈥 Travel time and mileage costs;
鈥 Equipment, tools and materials;
鈥 Sourcing and supply of parts;
鈥 A web-based recording system to generate and provide reports of work carried out including costs and parts, and machine condition reports following each service or repair visit.
鈥 Remote Council access via any internet enabled device to the Supplier鈥檚 web-based system.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract term will be for an initial period of three years with the option to extend by a period or periods totalling up to a further 48 months in agreement with the successful Tenderer (Supplier).
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
7 April 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
7 April 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice
Londond
Country
United Kingdom