Award

Refuse Collection Vehicles (RCVs) Including sustainably powered Options 2022-2026

BOURNEMOUTH CHRISTCHURCH AND POOLE COUNCIL

This public procurement record has 2 releases in its history.

Award

12 Sep 2022 at 10:15

Tender

22 Jun 2022 at 08:44

Summary of the contracting process

The Bournemouth Christchurch and Poole Council has completed the procurement process for "Refuse Collection Vehicles (RCVs) Including sustainably powered Options 2022-2026" in the goods category. The contract aims to replace key fleet vehicles to support front line services, focusing on zero emission vehicles. The procurement method used was an open procedure with the main procurement stage being the award. The key deadline is the delivery of initial RCVs by 30th March 2023.

This tender presents business growth opportunities for suppliers of specialist vehicles, particularly those with experience in zero emission or sustainably powered options. Companies interested in providing refuse collection vehicles should consider engaging with the Bournemouth Christchurch and Poole Council to explore potential collaborations or future procurement opportunities. Understanding the council's fleet strategy and commitment to sustainable practices will be beneficial for businesses seeking to compete in this procurement market.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Refuse Collection Vehicles (RCVs) Including sustainably powered Options 2022-2026

Notice Description

The contract allows for key fleet replacements to support BCP front line services. BCP Council currently operates zero emission vehicles (i.e. electric (EV) or hydrogen) in the RCV fleet. BCP Councils fleet strategy for this procurement is to purchase and not lease.

Lot Information

Lot 1

The contract allows for key fleet replacements to support BCP front line services. BCP Council currently operates zero emission vehicles (i.e. electric (EV) or hydrogen) in the RCV fleet. The contract allows for purchase only, no lease options and also allows for but is not limited to trade in of vehicles to be replaced. The contract provides for initial and subsequent purchases. Subsequent call-offs may be ordered at any time throughout the life of the contract. Quantities are estimated as follows: - Initial - 6 (no.) 26 tonne RCV - diesel fuelled - Initial - 2 (no.) 26t tonne RCV Electric powered Subsequent -3 (no.) 26 tonne or 18 tonne RCVs which may be ordered as either diesel fuelled and/or zero emission (i.e. electric (EV) or hydrogen). The supplier notes that there is no obligation within the contract to order all or any vehicles. The Contract duration will be 48 months. Delivery of the initial RCVs will be by 30 March 2023.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03490c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025488-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34114000 - Specialist vehicles

34144510 - Vehicles for refuse

34144511 - Refuse-collection vehicles

34144512 - Refuse-compaction vehicles

Notice Value(s)

Tender Value
£2,600,000 £1M-£10M
Lots Value
£2,600,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£2,942,005 £1M-£10M

Notice Dates

Publication Date
12 Sep 20223 years ago
Submission Deadline
29 Jul 2022Expired
Future Notice Date
Not specified
Award Date
11 Sep 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
BOURNEMOUTH CHRISTCHURCH AND POOLE COUNCIL
Contact Name
Ms Nana Adjei, Strategic Procurement Team
Contact Email
procurement@bcpcouncil.gov.uk
Contact Phone
+44 1202128989

Buyer Location

Locality
BOURNEMOUTH
Postcode
BH2 6DY
Post Town
Bournemouth
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK6 North Somerset, Somerset and Dorset
Small Region (ITL 3)
TLK63 Bournemouth, Christchurch and Poole
Delivery Location
TLK24 Bournemouth, Christchurch and Poole

Local Authority
Bournemouth, Christchurch and Poole
Electoral Ward
Bournemouth Central
Westminster Constituency
Bournemouth West

Supplier Information

Number of Suppliers
1
Supplier Name

DENNIS EAGLE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03490c-2022-09-12T11:15:42+01:00",
    "date": "2022-09-12T11:15:42+01:00",
    "ocid": "ocds-h6vhtk-03490c",
    "initiationType": "tender",
    "tender": {
        "id": "DN617553",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Refuse Collection Vehicles (RCVs) Including sustainably powered Options 2022-2026",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "34114000",
            "description": "Specialist vehicles"
        },
        "mainProcurementCategory": "goods",
        "description": "The contract allows for key fleet replacements to support BCP front line services. BCP Council currently operates zero emission vehicles (i.e. electric (EV) or hydrogen) in the RCV fleet. BCP Councils fleet strategy for this procurement is to purchase and not lease.",
        "value": {
            "amount": 2600000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The contract allows for key fleet replacements to support BCP front line services. BCP Council currently operates zero emission vehicles (i.e. electric (EV) or hydrogen) in the RCV fleet. The contract allows for purchase only, no lease options and also allows for but is not limited to trade in of vehicles to be replaced. The contract provides for initial and subsequent purchases. Subsequent call-offs may be ordered at any time throughout the life of the contract. Quantities are estimated as follows: - Initial - 6 (no.) 26 tonne RCV - diesel fuelled - Initial - 2 (no.) 26t tonne RCV Electric powered Subsequent -3 (no.) 26 tonne or 18 tonne RCVs which may be ordered as either diesel fuelled and/or zero emission (i.e. electric (EV) or hydrogen). The supplier notes that there is no obligation within the contract to order all or any vehicles. The Contract duration will be 48 months. Delivery of the initial RCVs will be by 30 March 2023.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 2600000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34144510",
                        "description": "Vehicles for refuse"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144511",
                        "description": "Refuse-collection vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144512",
                        "description": "Refuse-compaction vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK24"
                    },
                    {
                        "region": "UKK24"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.supplyingthesouthwest.org.uk",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-07-29T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2022-07-29T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-07-29T14:00:00+01:00",
            "address": {
                "streetAddress": "All tenders are electronically sealed and opened by the council's democratic services team."
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "Precise information on deadline(s) for review procedures In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).",
        "techniques": {
            "hasFrameworkAgreement": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-45589",
            "name": "Bournemouth Christchurch and Poole Council",
            "identifier": {
                "legalName": "Bournemouth Christchurch and Poole Council"
            },
            "address": {
                "streetAddress": "BCP Council Civic Centre, Bourne Avenue",
                "locality": "Bournemouth",
                "region": "UKK24",
                "postalCode": "BH2 6DY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Strategic Procurement Team",
                "telephone": "+44 1202128989",
                "email": "procurement@bcpcouncil.gov.uk",
                "url": "https://www.supplyingthesouthwest.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.bcpcouncil.gov.uk",
                "buyerProfile": "https://www.supplyingthesouthwest.org.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-45601",
            "name": "High Courts of Justice",
            "identifier": {
                "legalName": "High Courts of Justice"
            },
            "address": {
                "streetAddress": "The Royal Courts of Justice",
                "locality": "London",
                "postalCode": "WCA 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-2635",
            "name": "Bournemouth Christchurch and Poole Council",
            "identifier": {
                "legalName": "Bournemouth Christchurch and Poole Council"
            },
            "address": {
                "streetAddress": "Bournemouth Christchurch and Poole Council, Town Hall",
                "locality": "Bournemouth",
                "region": "UKK24",
                "postalCode": "BH2 6DY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ms Nana Adjei",
                "telephone": "+44 1202128989",
                "email": "procurement@bcpcouncil.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.bcpcouncil.gov.uk",
                "buyerProfile": "https://www.bcpcouncil.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AGENCY",
                        "description": "Regional or local agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-63342",
            "name": "Dennis Eagle Limited",
            "identifier": {
                "legalName": "Dennis Eagle Limited"
            },
            "address": {
                "locality": "Warwick",
                "region": "UKK24",
                "postalCode": "CV34 6TE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-18574",
            "name": "High Courts of Justice",
            "identifier": {
                "legalName": "High Courts of Justice"
            },
            "address": {
                "locality": "London",
                "postalCode": "WCA 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-2635",
        "name": "Bournemouth Christchurch and Poole Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "025488-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-63342",
                    "name": "Dennis Eagle Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "025488-2022-1",
            "awardID": "025488-2022-1",
            "status": "active",
            "value": {
                "amount": 2942005,
                "currency": "GBP"
            },
            "dateSigned": "2022-09-12T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}