Issue - meetings

Vehicle Procurement

Meeting: 16/09/2020 - Cabinet (Item 134)

134 Vehicle Procurement

Report of the Director of Neighbourhoods and Development attached.

Decision:

Decision made (unanimously):

 

That Cabinet agrees:

 

1.    To award the tender for vehicle specification 1 (1 No Open Back Electric Twin Split Lifts Refuse Collection Vehicle) to tenderer No.3

 

2.    To award the tender for vehicle specification 2 (1 No Open Back Trade Waste Lift Refuse Collection Vehicle) to tenderer No.6

 

3.    To award the tender for vehicle specification 3 ( 3 No Standard Twin Pack Triple Electric Split Lifts Refuse Collection Vehicle) to tenderer No.2

 

4.    To award the tender for vehicle specification 4 ( 2 No Compact Sweepers) to tenderer No.4

 

5.    To award the tender for (1 No Four Wheel Drive, Five Cylinder, Ride on Mower) to tenderer No.1

 

6.    To approve capital expenditure as detailed in paragraph 7 of the confidential report in compliance with financial regulations.

 

Minutes:

The Cabinet Member for Finance, Property and Assets presented a report of the Director of Neighbourhoods and Development detailing the Council’s vehicle and plant replacement programme, which includes for the replacement of five refuse collection vehicles, two compact sweepers and one four wheel drive five cylinder ride on mower. The report requests approval to commit capital expenditure and accept the most economically advantageous tenders for the procurement of the vehicles.

 

A question was asked with regard to the implementation of increasing the environmental impact from the current 5%. The Cabinet Member for Environment indicated that would fall under her portfolio and the Climate Emergency Task Group. However, in practice it would be over a number of years.

 

 

Decision made (unanimously):

 

That Cabinet agrees:

 

1.    To award the tender for vehicle specification 1 (1 No Open Back Electric Twin Split Lifts Refuse Collection Vehicle) to tenderer No.3

 

2.    To award the tender for vehicle specification 2 (1 No Open Back Trade Waste Lift Refuse Collection Vehicle) to tenderer No.6

 

3.    To award the tender for vehicle specification 3 ( 3 No Standard Twin Pack Triple Electric Split Lifts Refuse Collection Vehicle) to tenderer No.2

 

4.    To award the tender for vehicle specification 4 ( 2 No Compact Sweepers) to tenderer No.4

 

5.    To award the tender for (1 No Four Wheel Drive, Five Cylinder, Ride on Mower) to tenderer No.1

 

6.    To approve capital expenditure as detailed in paragraph 7 of the confidential report in compliance with financial regulations.

 

Reasons for Decision

 

To enable the continued delivery of services to residents of the borough through the provision of effective and suitable vehicles. It also presents the opportunity to reduce the current levels of particulates released in to the air and reduce air pollution within the borough.

 

The tenderers represent the most economically advantageous for the Council.

           

Alternative options considered and rejected

 

The retention of the existing vehicles was considered however maintenance costs for these vehicles has now started to show a steep increase, and over time these will become unreliable leading to a deterioration in the service provided to residents. It would also remove the opportunity to reduce the current levels of particulates released in to the air and reduce air pollution within the borough.

 

Consideration has also been given to the contract hire of vehicles, an exercise was carried out to identify the whole life costs of the existing vehicles, which in the case of the refuse vehicles is £28,100 per year over a seven year period compared to an average price of £43,100 per year for contract hire identifying an increase of 30% over outright purchase and in house maintenance.