web-banner-marketing2

Market Leads & Opportunities

UK-Newcastle upon Tyne: Grounds-maintenance equipment.

Type of document: Contract Notice
Country: United Kingdom

UK-Newcastle upon Tyne: Grounds-maintenance equipment.
Section I: Contracting Authority
I.1) Name and addresses
The Association of North East Councils Limited trading as the North East Procurement Organisation
Guildhall, Quayside, Newcastle upon Tyne, NE1 3AF, United Kingdom
Tel. +44 1954250517, Email: GM&Penquiries@tppl.co.uk
Main Address: www.nepo.org
NUTS Code: UKC22
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
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 abovementioned address
Tenders or requests to participate must be sent electronically via to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: NEPO and TPPL Purchase of Grounds Maintenance Equipment and Plant Framework
Reference Number: NEPO214
II.1.2) Main CPV Code:
43325100 – Grounds-maintenance equipment.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Association of North East Councils Limited trading as the North East Procurement Organisation is inviting tenders for organisations to participate in a 48 month Agreement for the supply of Grounds Maintenance Equipment and Plant on a purchase basis. The Agreement will be used by NEPO, and may also be used by all Local Authorities and other contracting authorities located in the United Kingdom.

The Agreement will be available to all current and future members of the Procurement Partnership Limited’s (TPPL) buying club. A list of TPPL members can be obtained from

The Agreement is also available to all members and associate members of the North East Procurement Organisation (NEPO). A list of members of NEPO is available here and a full list of associate members is available here
II.1.5) Estimated total value:
Value excluding VAT: 100,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Grounds Maintenance Equipment
Lot No: 1
II.2.2) Additional CPV codes:
16000000 – Agricultural machinery.
34140000 – Heavy-duty motor vehicles.
43300000 – Construction machinery and equipment.
43325100 – Grounds-maintenance equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Purchase of variety of grounds maintenance equipment, including but not limited to walk behind mowers, ride on mowers, walk behind/ride-on rollers, tractor driven mowers, utility vehicles/quad bikes, spreaders/sprayers, compact tractors, trailers, wood chippers/shredders, stump grinders, pressure washing machines (including graffiti removal washers) both towed and vehicle-mounted, golf course maintenance equipment (and golf buggies). All types of agricultural equipment including, but not limited to, combined harvesters, bailers, agricultural trailers, tractors, implements, and attachments may also be purchased.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework will be renewed in 4 years.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Equipment and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other equipment types and associated services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 2

II.2.1) Title: Plant Equipment
Lot No: 2
II.2.2) Additional CPV codes:
42415110 – Forklift trucks.
43200000 – Earthmoving and excavating machinery, and associated parts.
43300000 – Construction machinery and equipment.
44211100 – Modular and portable buildings.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Purchase of a variety plant equipment including, but not limited to dumpers, loaders, rubber ducks, excavators (compact, mini, midi), tracked excavators, backhoe loaders, wheeled loaders, telescopic handlers. All types of industrial and all-terrain fork lifts to include gas, electric and gasoline. Wheeled excavators, skidsteer loaders and all types of static, mobile and vehicle mounted generators. Access platforms wheel, mechanical and vehicle mounted. Site cabins/buildings/toilets, lighting, static and mobile platforms. Air conditioning and heating units static, both mobile and vehicle mounted.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework will be renewed in 4 years.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Equipment and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other equipment types and associated services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 3

II.2.1) Title: Handheld tools including electrical and mechanical items
Lot No: 3
II.2.2) Additional CPV codes:
44511000 – Hand tools.
44512000 – Miscellaneous hand tools.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Purchase of a variety of handheld tools, including but not limited to all electrical and mechanical (e.g. chainsaws, blowers, strimmers, rollers).
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 20,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework will be renewed in 4 years.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Equipment and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other equipment types and associated services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).

Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
As stated in the procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 140
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2018/S 50 – 110012
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/06/2018 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 18/06/2018
Time: 14:00
Place:
Gateshead Council Legal Services

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months from publication of this contract notice.
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.NEPO is a Central Purchasing Body as defined in the Public Contract Regulations 2015 (PCR15). This means that NEPO may provide central purchasing activity on behalf of Contracting Authorities. The agreement will be available for use by all NEPO Members. A list of member organisations is available in the About section of the NEPO website at: www.nepo.org

This agreement will also be made available to all current and future NEPO Associate Members. Current Associate Members are listed in the Associate Member section of the NEPO website at: www.nepo.org/associate-membership/list

NEPO intends to make the resulting agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services. Please see the following websites for further details:

A complete list of permissible users is shown on the NEPO website below:

Organisations wishing to access the NEPO agreement will be required to register as a NEPO Associate Member in the first instance.

The Agreement is available to current and future members of The Procurement Partnership Limited club. A list of members of can be obtained from
To view this notice, please click here:

VI.4) Procedures for review
VI.4.1) Review body:
The Association of North East Councils Limited trading as the North East Procurement Organisation
Guildhall, Quayside, Newcastle upon Tyne, NE1 3AF, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
NEPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed / signed.

The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 11/05/2018

Annex A

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Darlington Borough Council
Town Hall, Feethams, Darlington, DL1 5QT, United Kingdom
Email: customerservices@darlington.gov.uk
Main Address: www.darlington.gov.uk
NUTS Code: UKC

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Durham County Council
County Hall, Durham, DH1 5UL, United Kingdom
Email: help@durham.gov.uk
Main Address: www.durham.gov.uk
NUTS Code: UKC

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Gateshead Metropolitan Borough Council
Civic Centre, Gateshead, NE8 1HH, United Kingdom
Email: customerservices@gateshead.gov.uk
Main Address: www.gateshead.gov.uk
NUTS Code: UKC

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Hartlepool Borough Council
Civic Centre, Victoria Road, Hartlepool, TS24 8AY, United Kingdom
Email: customer.service@hartlepool.gov.uk
Main Address: www.hartlepool.gov.uk
NUTS Code: UKC

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Newcastle City Council
Civic Centre, Barras Bridge, Newcastle upon Tyne, NE1 7RS, United Kingdom
Email: csc@newcastle.gov.uk
Main Address: www.newcastle.gov.uk
NUTS Code: UKC

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
North Tyneside Council
Quadrant, The Silverlink North, Cobalt Business Park, Silverlink, NE27 0BY, United Kingdom
Email: contact.us@northtyneside.gov.uk
Main Address:
NUTS Code: UKC

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Authority
Redcar and Cleveland Borough Council
Redcar and Cleveland House, Kirkleatham Street, Redcar, TS10 1RT, United Kingdom
Email: contactus@redcar-cleveland.gov.uk
Main Address: www.redcar-cleveland.gov.uk
NUTS Code: UKC

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
8: Contracting Authority
South Tyneside Council
Town Hall and Civic Offices, Westoe Road, South Shields, NE33 2RL, United Kingdom
Email: customerhelp@southtyneside.gov.uk
Main Address: www.southtyneside.gov.uk
NUTS Code: UKC

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
9: Contracting Authority
Stockton-on-Tees Borough Council
Municipal Buildings, Church Road, Stockton-on-Tees, TS18 1LD, United Kingdom
Email: customer.comments@stockton.gov.uk
Main Address: www.stockton.gov.uk
NUTS Code: UKC

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
10: Contracting Authority
Sunderland City Council
Civic Centre, Burdon Road, Sunderland, SR2 7DN, United Kingdom
Email: enquiries@sunderland.gov.uk
Main Address: www.sunderland.gov.uk
NUTS Code: UKC

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
11: Contracting Authority
Middlesbrough Borough Council
Civic Centre, Albert Road, Middlesbrough, TS1 9FX, United Kingdom
Email: contactcentre@middlesbrough.gov.uk
Main Address: www.middlesbrough.gov.uk
NUTS Code: UKC