Notice Information
Notice Title
LSSL Street Cleansing Vehicle Hire (Framework)
Notice Description
Liverpool Streetscene Services Limited (LSSL) is a wholly owned subsidiary of Liverpool City Council (LCC) and in March 2016 was formed to deliver several essential services across the city of Liverpool including refuse and recycling, street cleansing and parks, cemeteries and grounds maintenance. One of the largest contracts LSSL has is Street Cleansing. This contract is responsible for road sweeping, graffiti cleaning, flytip removal, litter bin servicing, waste transfer, weed spraying and special event cleansing across the City of Liverpool. The service has recently gone through a service review and one of areas as part of that was the introduction of a Fleet Replacement Strategy. The fleet replacement is to be carried out over two stages, with this first stage focusing on; Compact Sweepers, Chassis Mounted Sweepers and 7.5t Refuse Collection Vehicles (RCVs). This tender exercise will create a framework agreement for LSSL to hire the below vehicle types; Vehicle 1 - Compact Sweepers (3.5t) Vehicle 2 - Compact Sweepers [Hako Citymaster 1650] (3.5t) Vehicle 3 - Chassis Mounted Sweepers (7.5t) Vehicle 4 - Chassis Mounted Sweepers (15t) Vehicle 5 - Small Refuse Collection Vehicles (7.5t) LCC plan to appoint a single supplier to each lot, the call-off method will be via direct award.
Lot Information
Vehicle 1 - Compact Sweepers (3.5t)
Lot 1 - Compact Sweepers - Quantity Required: 6 Vehicles must have at minimum a Euro 5 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board on the rear Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose (not rear mounted) On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must have air conditioning Sweepers must be plated at 3.5t GVW. LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.
Compact Sweepers (Hako Citymaster 1650) (3.5t)Compact Sweepers (Hako Citymaster 1650) - Quantity Required: 1 Vehicles must have at minimum a Euro 5 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board on the rear Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose (not rear mounted) On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must have air conditioning Sweepers must be plated at 3.5t GVW. LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.
Chassis Mounted Sweepers (7.5t)Chassis Mounted Sweepers (7.5T) - Quantity Required: 2 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board. Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose to the rear. On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must be plated at 7.5t GVW. 7.5t GVW sweepers are to be mounted on a DAF chassis as it is reliable, robust and allows better manoeuvrability as the turning circle is sharper which is required for areas within the city centre. Vehicles must be left hand drive with relevant warning decals to the rear Vehicles must be digital tachograph capable LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.
Chassis Mounted Sweepers (15t)Chassis Mounted Sweepers (15T) - Quantity Required: 4 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board. Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose to the rear. On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must be plated at 15t GVW. 15t GVW sweepers are to be mounted on a DAF chassis as it is reliable, robust and allows better manoeuvrability as the turning circle is sharper which is required for areas within the city centre. Vehicles must be left hand drive with relevant warning decals to the rear Vehicles must be digital tachograph capable LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.
Small Refuse Collection Vehicles (7.5t)Refuse Collection Vehicles (RCVs) - Quantity Required: 6 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. On board weighing systems are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. RCVs must be plated at 7.5t GVW. RCVs are to be left hand drive, with warning decals to the rear RCVs must be able to lift both domestic wheelie bins (240L) and euro bins (660L & 1100L) LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlined in the ITT document.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-036c1d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006793-2023
- 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
34144430 - Road-sweeping vehicles
34144511 - Refuse-collection vehicles
Notice Value(s)
- Tender Value
- £3,414,000 £1M-£10M
- Lots Value
- £3,414,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £3,039,640 £1M-£10M
Notice Dates
- Publication Date
- 8 Mar 20232 years ago
- Submission Deadline
- 31 Oct 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Jan 20233 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LIVERPOOL STREETSCENE SERVICES LTD
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L13 3HS
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- TLD72 Liverpool
-
- Local Authority
- Liverpool
- Electoral Ward
- Old Swan West
- Westminster Constituency
- Liverpool West Derby
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-036c1d-2023-03-08T16:06:04Z",
"date": "2023-03-08T16:06:04Z",
"ocid": "ocds-h6vhtk-036c1d",
"initiationType": "tender",
"tender": {
"id": "DN634961",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "LSSL Street Cleansing Vehicle Hire (Framework)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "34144430",
"description": "Road-sweeping vehicles"
},
"mainProcurementCategory": "goods",
"description": "Liverpool Streetscene Services Limited (LSSL) is a wholly owned subsidiary of Liverpool City Council (LCC) and in March 2016 was formed to deliver several essential services across the city of Liverpool including refuse and recycling, street cleansing and parks, cemeteries and grounds maintenance. One of the largest contracts LSSL has is Street Cleansing. This contract is responsible for road sweeping, graffiti cleaning, flytip removal, litter bin servicing, waste transfer, weed spraying and special event cleansing across the City of Liverpool. The service has recently gone through a service review and one of areas as part of that was the introduction of a Fleet Replacement Strategy. The fleet replacement is to be carried out over two stages, with this first stage focusing on; Compact Sweepers, Chassis Mounted Sweepers and 7.5t Refuse Collection Vehicles (RCVs). This tender exercise will create a framework agreement for LSSL to hire the below vehicle types; Vehicle 1 - Compact Sweepers (3.5t) Vehicle 2 - Compact Sweepers [Hako Citymaster 1650] (3.5t) Vehicle 3 - Chassis Mounted Sweepers (7.5t) Vehicle 4 - Chassis Mounted Sweepers (15t) Vehicle 5 - Small Refuse Collection Vehicles (7.5t) LCC plan to appoint a single supplier to each lot, the call-off method will be via direct award.",
"value": {
"amount": 3414000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 1,
"maximumLotsAwardedPerSupplier": 5
},
"lots": [
{
"id": "1",
"title": "Vehicle 1 - Compact Sweepers (3.5t)",
"description": "Lot 1 - Compact Sweepers - Quantity Required: 6 Vehicles must have at minimum a Euro 5 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board on the rear Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose (not rear mounted) On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must have air conditioning Sweepers must be plated at 3.5t GVW. LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 972000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Compact Sweepers (Hako Citymaster 1650) (3.5t)",
"description": "Compact Sweepers (Hako Citymaster 1650) - Quantity Required: 1 Vehicles must have at minimum a Euro 5 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board on the rear Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose (not rear mounted) On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must have air conditioning Sweepers must be plated at 3.5t GVW. LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 144000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Chassis Mounted Sweepers (7.5t)",
"description": "Chassis Mounted Sweepers (7.5T) - Quantity Required: 2 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board. Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose to the rear. On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must be plated at 7.5t GVW. 7.5t GVW sweepers are to be mounted on a DAF chassis as it is reliable, robust and allows better manoeuvrability as the turning circle is sharper which is required for areas within the city centre. Vehicles must be left hand drive with relevant warning decals to the rear Vehicles must be digital tachograph capable LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 360000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Chassis Mounted Sweepers (15t)",
"description": "Chassis Mounted Sweepers (15T) - Quantity Required: 4 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board. Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose to the rear. On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must be plated at 15t GVW. 15t GVW sweepers are to be mounted on a DAF chassis as it is reliable, robust and allows better manoeuvrability as the turning circle is sharper which is required for areas within the city centre. Vehicles must be left hand drive with relevant warning decals to the rear Vehicles must be digital tachograph capable LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 786000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "5",
"title": "Small Refuse Collection Vehicles (7.5t)",
"description": "Refuse Collection Vehicles (RCVs) - Quantity Required: 6 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. On board weighing systems are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. RCVs must be plated at 7.5t GVW. RCVs are to be left hand drive, with warning decals to the rear RCVs must be able to lift both domestic wheelie bins (240L) and euro bins (660L & 1100L) LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlined in the ITT document.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"name": "Social Value",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 1152000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34144430",
"description": "Road-sweeping vehicles"
}
],
"deliveryAddresses": [
{
"region": "UKD72"
},
{
"region": "UKD72"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34144430",
"description": "Road-sweeping vehicles"
}
],
"deliveryAddresses": [
{
"region": "UKD72"
},
{
"region": "UKD72"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34144430",
"description": "Road-sweeping vehicles"
}
],
"deliveryAddresses": [
{
"region": "UKD72"
},
{
"region": "UKD72"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34144430",
"description": "Road-sweeping vehicles"
}
],
"deliveryAddresses": [
{
"region": "UKD72"
},
{
"region": "UKD72"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34144511",
"description": "Refuse-collection vehicles"
}
],
"deliveryAddresses": [
{
"region": "UKD72"
},
{
"region": "UKD72"
}
],
"relatedLot": "5"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://procontract.due-north.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"tenderPeriod": {
"endDate": "2022-10-31T10:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2022-10-31T10:00:00Z"
},
"bidOpening": {
"date": "2022-10-31T10:00:00Z"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-64550",
"name": "Liverpool Streetscene Services Ltd",
"identifier": {
"legalName": "Liverpool Streetscene Services Ltd"
},
"address": {
"streetAddress": "Newton Road",
"locality": "Liverpool",
"region": "UKD72",
"postalCode": "L13 3HS",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Greg Nixon",
"email": "greg.nixon2@liverpool.gov.uk",
"url": "http://procontract.due-north.com"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.liverpool.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
],
"buyerProfile": "http://www.liverpool.gov.uk"
}
},
{
"id": "GB-FTS-23192",
"name": "Liverpool City Council",
"identifier": {
"legalName": "Liverpool City Council"
},
"address": {
"streetAddress": "Cunard Building",
"locality": "Liverpool",
"postalCode": "L3 1DS",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-77095",
"name": "Dawsongroup Environmental Municipal Civil Limited",
"identifier": {
"legalName": "Dawsongroup Environmental Municipal Civil Limited"
},
"address": {
"streetAddress": "Delaware Drive, Tongwell",
"locality": "Milton Keynes",
"region": "UKJ12",
"postalCode": "MK15 8JH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-64550",
"name": "Liverpool Streetscene Services Ltd"
},
"language": "en",
"awards": [
{
"id": "006793-2023-DN634961-1",
"relatedLots": [
"1"
],
"title": "Lot 1 - Compact Sweepers (3.5t)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77095",
"name": "Dawsongroup Environmental Municipal Civil Limited"
}
]
},
{
"id": "006793-2023-DN634961-2",
"relatedLots": [
"2"
],
"title": "Lot 2 - Compact Sweepers (Hako Citymaster 1650) (3.5t)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77095",
"name": "Dawsongroup Environmental Municipal Civil Limited"
}
]
},
{
"id": "006793-2023-DN634961-3",
"relatedLots": [
"3"
],
"title": "Lot 3 - Chassis Mounted Sweepers (7.5t)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77095",
"name": "Dawsongroup Environmental Municipal Civil Limited"
}
]
},
{
"id": "006793-2023-DN634961-4",
"relatedLots": [
"4"
],
"title": "Lot 4 - Chassis Mounted Sweepers (15t)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77095",
"name": "Dawsongroup Environmental Municipal Civil Limited"
}
]
},
{
"id": "006793-2023-DN634961-5",
"relatedLots": [
"5"
],
"title": "Lot 5 - Small Refuse Collection Vehicles (7.5t)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77095",
"name": "Dawsongroup Environmental Municipal Civil Limited"
}
]
}
],
"contracts": [
{
"id": "006793-2023-DN634961-1",
"awardID": "006793-2023-DN634961-1",
"title": "Lot 1 - Compact Sweepers (3.5t)",
"status": "active",
"value": {
"amount": 864480,
"currency": "GBP"
},
"dateSigned": "2023-01-05T00:00:00Z"
},
{
"id": "006793-2023-DN634961-2",
"awardID": "006793-2023-DN634961-2",
"title": "Lot 2 - Compact Sweepers (Hako Citymaster 1650) (3.5t)",
"status": "active",
"value": {
"amount": 155520,
"currency": "GBP"
},
"dateSigned": "2023-01-05T00:00:00Z"
},
{
"id": "006793-2023-DN634961-3",
"awardID": "006793-2023-DN634961-3",
"title": "Lot 3 - Chassis Mounted Sweepers (7.5t)",
"status": "active",
"value": {
"amount": 365640,
"currency": "GBP"
},
"dateSigned": "2023-01-05T00:00:00Z"
},
{
"id": "006793-2023-DN634961-4",
"awardID": "006793-2023-DN634961-4",
"title": "Lot 4 - Chassis Mounted Sweepers (15t)",
"status": "active",
"value": {
"amount": 708400,
"currency": "GBP"
},
"dateSigned": "2023-01-05T00:00:00Z"
},
{
"id": "006793-2023-DN634961-5",
"awardID": "006793-2023-DN634961-5",
"title": "Lot 5 - Small Refuse Collection Vehicles (7.5t)",
"status": "active",
"value": {
"amount": 945600,
"currency": "GBP"
},
"dateSigned": "2023-01-05T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "bids",
"relatedLot": "2",
"value": 1
},
{
"id": "3",
"measure": "bids",
"relatedLot": "3",
"value": 1
},
{
"id": "4",
"measure": "bids",
"relatedLot": "4",
"value": 1
},
{
"id": "5",
"measure": "bids",
"relatedLot": "5",
"value": 1
}
]
}
}