Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

T2555 Provision of Hire Services for Vehicle Plant

  • First published: 14 July 2025
  • Last modified: 14 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04dc45
Published by:
Belfast City Council
Authority ID:
AA20440
Publication date:
14 July 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Hire of vehicles and mobile plant to support operations when additional vehicles or mobile plant are required or when a vehicle or an item of mobile plant is off the road being serviced or repaired.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Belfast City Council

9-21 Adelaide Street

Belfast

BT2 8DJ

UK

E-mail: BoydC@BelfastCity.gov.uk

NUTS: UKN06

Internet address(es)

Main address: www.belfastcity.gov.uk

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

T2555 Provision of Hire Services for Vehicle Plant

Reference number: T2555

II.1.2) Main CPV code

60182000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Hire of vehicles and mobile plant to support operations when additional vehicles or mobile plant are required or when a vehicle or an item of mobile plant is off the road being serviced or repaired.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 1 500 000.00  GBP

II.2) Description

Lot No: Lot 1 - Hire of Commercial Vehicles

II.2.2) Additional CPV code(s)

34134200

34136000

II.2.3) Place of performance

NUTS code:

UKN06

II.2.4) Description of the procurement

Hire of commercial vehicles to support operations when additional vehicles are

required or when a vehicle is off the road being serviced or repaired.

II.2.5) Award criteria

Quality criterion: Vehicle Maintenance and Repair / Weighting: 30

Quality criterion: Contract Management / Weighting: 25

Quality criterion: Vehicle Damage Management / Weighting: 35

Quality criterion: Vehicle and Plant Information / Weighting: 10

Price / Weighting:  60

II.2.11) Information about options

Options: Yes

Description of options:

• Additional delivery premises not shown in the tender documents. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered.

• Additional vehicles and plant of a similar nature to those requested in the tender documents. This may be in response to other services being identified over the duration of the contract which can provide temporary support for the Council’s in house operations to cover any shortfall in available resources. The contractor will be expected to price based on similar Premises/ tasks priced in the Pricing Schedule.

• Hire of vehicles over 7.5T such as refuse collection vehicles, beaver tail truck, suction road sweeper, precinct sweeper and tipper truck etc may be required throughout the duration of the contract. If a vehicle or plant is required, the Council shall contact all suppliers on the contract to advise them of their requirements and expected delivery period. They will then request a price from any supplier who can meet the requirements, the supplier with the lowest price and who can meet all the requirements shall be successful. If no supplier can provide the vehicle or plant the council shall obtain the vehicle or plant from another Source.

• Introduce required changes associated with the service to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, etc;

• Major incident/ environmental incident that requires resource support i.e. waste clean up/spill, additional waste vehicles or additional qualified resources.

• Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.

• Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

• Circumstances may arise where vehicles may be required with driver

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Quality 30%

Social Value 10%

Lot No: Lot 2 - Hire of Glass Collection Vehicle

II.2.2) Additional CPV code(s)

34144511

II.2.3) Place of performance

NUTS code:

UKN06

II.2.4) Description of the procurement

Hire of 12T and 7.5T glass collection vehicles to support operations when additional

vehicles are required or when a vehicle is being serviced or repaired.

II.2.5) Award criteria

Quality criterion: Vehicle Maintenance and Repair / Weighting: 30

Quality criterion: Contract Management / Weighting: 25

Quality criterion: Vehicle Damage Management / Weighting: 35

Quality criterion: Vehicle and Plant Information / Weighting: 10

Price / Weighting:  60

II.2.11) Information about options

Options: Yes

Description of options:

• Additional delivery premises not shown in the tender documents. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered.

• Additional vehicles and plant of a similar nature to those requested in the tender documents. This may be in response to other services being identified over the duration of the contract which can provide temporary support for the Council’s in house operations to cover any shortfall in available resources. The contractor will be expected to price based on similar Premises/ tasks priced in the Pricing Schedule.

• Hire of vehicles over 7.5T such as refuse collection vehicles, beaver tail truck, suction road sweeper, precinct sweeper and tipper truck etc may be required throughout the duration of the contract. If a vehicle or plant is required, the Council shall contact all suppliers on the contract to advise them of their requirements and expected delivery period. They will then request a price from any supplier who can meet the requirements, the supplier with the lowest price and who can meet all the requirements shall be successful. If no supplier can provide the vehicle or plant the council shall obtain the vehicle or plant from another Source.

• Introduce required changes associated with the service to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, etc;

• Major incident/ environmental incident that requires resource support i.e. waste clean up/spill, additional waste vehicles or additional qualified resources.

• Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.

• Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

• Circumstances may arise where vehicles may be required with driver

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Quality 30%

Social Value 10%

Lot No: Lot 3 - Hire of Mobile Plant

II.2.2) Additional CPV code(s)

16700000

34142300

34223200

43262100

II.2.3) Place of performance

NUTS code:

UKN06

II.2.4) Description of the procurement

Hire of various mobile plant, including browser,, tractor, mower, dumper truck,

excavator and accessories to support operations when additional mobile plant are

required or when mobile plant is being serviced or repaired.

II.2.5) Award criteria

Quality criterion: Vehicle Maintenance and Repair / Weighting: 30

Quality criterion: Contract Management / Weighting: 25

Quality criterion: Vehicle Damage Management / Weighting: 35

Quality criterion: Vehicle and Plant Information / Weighting: 10

Price / Weighting:  60

II.2.11) Information about options

Options: Yes

Description of options:

• Additional delivery premises not shown in the tender documents. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered.

• Additional vehicles and plant of a similar nature to those requested in the tender documents. This may be in response to other services being identified over the duration of the contract which can provide temporary support for the Council’s in house operations to cover any shortfall in available resources. The contractor will be expected to price based on similar Premises/ tasks priced in the Pricing Schedule.

• Hire of vehicles over 7.5T such as refuse collection vehicles, beaver tail truck, suction road sweeper, precinct sweeper and tipper truck etc may be required throughout the duration of the contract. If a vehicle or plant is required, the Council shall contact all suppliers on the contract to advise them of their requirements and expected delivery period. They will then request a price from any supplier who can meet the requirements, the supplier with the lowest price and who can meet all the requirements shall be successful. If no supplier can provide the vehicle or plant the council shall obtain the vehicle or plant from another Source.

• Introduce required changes associated with the service to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, etc;

• Major incident/ environmental incident that requires resource support i.e. waste clean up/spill, additional waste vehicles or additional qualified resources.

• Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.

• Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

• Circumstances may arise where vehicles may be required with driver

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Quality 30%

Social Value 10%

Lot No: Lot 4 - HIre of Telehandler

II.2.2) Additional CPV code(s)

43200000

43260000

II.2.3) Place of performance

NUTS code:

UKN06

II.2.4) Description of the procurement

Hire of telehandler to support operations when additional telehandlers are required

or when a telehandler is off the road being serviced or repaired.

II.2.5) Award criteria

Quality criterion: Vehicle Maintenance and Repair / Weighting: 30

Quality criterion: Contract Management / Weighting: 25

Quality criterion: Vehicle Damage Management / Weighting: 35

Quality criterion: Vehicle and Plant Information / Weighting: 10

Price / Weighting:  60

II.2.11) Information about options

Options: Yes

Description of options:

• Additional delivery premises not shown in the tender documents. This may be in response to new Premises being identified and/or changes in how the Council’s in house operations are resourced and delivered.

• Additional vehicles and plant of a similar nature to those requested in the tender documents. This may be in response to other services being identified over the duration of the contract which can provide temporary support for the Council’s in house operations to cover any shortfall in available resources. The contractor will be expected to price based on similar Premises/ tasks priced in the Pricing Schedule.

• Hire of vehicles over 7.5T such as refuse collection vehicles, beaver tail truck, suction road sweeper, precinct sweeper and tipper truck etc may be required throughout the duration of the contract. If a vehicle or plant is required, the Council shall contact all suppliers on the contract to advise them of their requirements and expected delivery period. They will then request a price from any supplier who can meet the requirements, the supplier with the lowest price and who can meet all the requirements shall be successful. If no supplier can provide the vehicle or plant the council shall obtain the vehicle or plant from another Source.

• Introduce required changes associated with the service to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, etc;

• Major incident/ environmental incident that requires resource support i.e. waste clean up/spill, additional waste vehicles or additional qualified resources.

• Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.

• Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

• Circumstances may arise where vehicles may be required with driver

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Quality 30%

Social Value 10%

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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:

2025/S 000-003990

Section V: Award of contract

Lot No: Lot 1 - Hire of Commercial Vehicles

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/06/2025

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Corrigans Vehicle Hire Ltd

Dungannon

UK

NUTS: UKN0B

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 700 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 2 - Hire of Glass Collection Vehicles

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: Lot 3 - Hire of Mobile Plant

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/06/2025

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cyril Johnston Hire Ltd

Belfast

UK

NUTS: UKN06

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 700 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 4 - Hire of Telehandler

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/06/2025

V.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Sunbelt Rentals Ltd

Cheshire

UK

NUTS: UKD6

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 100 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Belfast

UK

VI.5) Date of dispatch of this notice

09/07/2025

Coding

Commodity categories

ID Title Parent category
34223200 Bowsers Trailers and semi-trailers
34142300 Dumper trucks Crane and dumper trucks
43200000 Earthmoving and excavating machinery, and associated parts Machinery for mining, quarrying, construction equipment
60182000 Hire of industrial vehicles with driver Hire of goods-transport vehicles with driver
43262100 Mechanical excavators Excavating machinery
43260000 Mechanical shovels, excavators and shovel loaders, and mining machinery Earthmoving and excavating machinery, and associated parts
34144511 Refuse-collection vehicles Special-purpose motor vehicles
34134200 Tipper trucks Flatbed and Tipper trucks
16700000 Tractors Agricultural machinery
34136000 Vans Motor vehicles for the transport of goods

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
BoydC@BelfastCity.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.