Decision details

Vehicle Procurement (Part II)

Decision Maker: Cabinet

Decision status: Recommendations Approved

Is Key decision?: Yes

Is subject to call in?: Yes

Decisions:

The Cabinet considered the report of the Neighbourhoods, Environmental Health and Assets which provided details of requests to commit capital expenditure and accept the most economically advantageous tenders for the procurement of the vehicles.

 

During the debate, the Cabinet raised the following issues:

 

·         The tendering process had been undertaken using Purchasing Organisation Framework Agreements and the tenders had been evaluated in line with the Most Economical Advantageous Tender (MEAT). 

 

·         The 12 Neighbourhood vehicles being replaced were owned by the Council and were up to 13 years old and if the vehicles were not to be replaced the current fleet would become unreliable and uneconomical to maintain.

 

·         The Council was looking at how it move forwards and continuous testing and demonstrations had been undertaken for the different vehicle options. At present there were still a lot of product development of specialist waste disposal vehicles in the market.

 

Decision Made (Unanimously):

 

That:

 

1.    the tender for Vehicle Specification 1-3 (7 No. Chassis Cab Tippers) be awarded to Tenderer No. 1;

 

2.    the tender for Vehicle Specification 4 (2 No. Plant & Equipment Transporters) be awarded to Tenderer No.1;

 

3.    the tender for Vehicle Specification 5 & 6 (2 Medium Wheel Based Vans) be awarded to Tenderer No. 3;

 

4.    the tender for Vehicle Specification 7 (4x4 Arborist Team Vehicle) be awarded to Tenderer No.1;

 

5.    the tender for the 16T Refuse Vehicle be awarded to Tenderer No. 2;

 

6.    the tender for the 26T Refuse Vehicle be awarded to Tenderer No. 1; and

 

7.    approval be given to the capital expenditure of £523,991, in compliance with Financial Regulations.

 

Reasons for Decision:

 

Following consultation with our operatives, waste partner and consideration of demonstration vehicles the Council had invited companies to tender for our replacement vehicle requirements. Following receipt of tenders and evaluation of the bids recommendations could now be made to accept the tenders from the highest scoring bidders.

 

Alternative Options Considered and Rejected: 

 

Contract hire was considered, however the 12 Neighbourhood vehicles being replaced are owned by the Council and were up to 13 years old. Ownership of the vehicles had enabled the replacement of some of the vehicles to be deferred where they were considered to be in good working order through regular maintenance and the close monitoring of running costs. This would not have been possible if the vehicles had been contract hired opposed to purchased. Demonstrations had been carried out for the different vehicle options.

 

Report author: Mark Gaffney

Publication date: 11/12/2017

Date of decision: 06/12/2017

Decided at meeting: 06/12/2017 - Cabinet

Effective from: 19/12/2017

  • Restricted enclosure  View reasons restricted
  •