The Procurement Partnership Ltd has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | NEPO224 and TPPL Heavy Goods Vehicle Framework |
Notice type: | Contract Notice |
Authority: | The Procurement Partnership Ltd |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The Association of North East Councils Limited trading as the North East Procurement Organisation (“NEPO”) invites tenders for organisations to participate in a 48 month Agreement (‘the Agreement’) for the supply of Heavy Goods Vehicles (HGVs), including converted/unconverted chassis and drivetrain conversions on a purchase or lease basis. The Agreement will be used by NEPO, and may also be used by all Local Authorities and other organisations located in the United Kingdom. The Agreement is available to all current and future members of The Procurement Partnership Limited's (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/ The Agreement is also available to all members and associate members of the North East Procurement Organisation (NEPO). A list of members of NEPO is available here https://www.nepo.org/about and a full list of associate members is available here https://www.nepo.org/associate-membership/list |
Published: | 04/09/2020 17:29 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Association of North East Councils Limited trading as the North East Procurement Organisation, 05014821
Guildhall, Quayside, Newcastle upon Tyne, NE1 3AF, United Kingdom
Tel. +44 1916380040, Email: fleet@nepo.org
Main Address: https://www.nepo.org
NUTS Code: UKC22
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Opportunities
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://procontract.due-north.com/Opportunities to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: NEPO224 and TPPL Heavy Goods Vehicle Framework
Reference Number: NEPO224
II.1.2) Main CPV Code:
34140000 - Heavy-duty motor vehicles.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Association of North East Councils Limited trading as the North East Procurement Organisation (“NEPO”) invites tenders for organisations to participate in a 48 month Agreement (‘the Agreement’) for the supply of Heavy Goods Vehicles (HGVs), including converted/unconverted chassis and drivetrain conversions on a purchase or lease basis. The Agreement will be used by NEPO, and may also be used by all Local Authorities and other organisations located in the United Kingdom.
The Agreement is available to all current and future members of The Procurement Partnership Limited's (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/
The Agreement is also available to all members and associate members of the North East Procurement Organisation (NEPO). A list of members of NEPO is available here https://www.nepo.org/about and a full list of associate members is available here https://www.nepo.org/associate-membership/list
II.1.5) Estimated total value:
Value excluding VAT: 400,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: OEM Chassis 12.5t – 44t including spare parts and maintenance contracts
Lot No: 1
II.2.2) Additional CPV codes:
34139000 - Chassis.
34130000 - Motor vehicles for the transport of goods.
34140000 - Heavy-duty motor vehicles.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Vehicle Chassis 12.5t – 44t including spare parts and maintenance contracts. Chassis supplied to be both converted and unconverted operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels. This Lot is for the purchase of either unconverted chassis or converted chassis from the Original Equipment Manufacturer (OEM), who can supply direct, or via any of their franchise dealerships.
Chassis to be supplied under this Lot include day and sleeper cabs of various wheelbases that are acceptable for conversion with body types including but not limited to: tippers, dropside, flat, beavertail, curtain-side, box, Luton, refuse collection, bin lifts and recycling bodies, gritter, snowplough and auger spreaders, tanker, gully emptier, aerial platforms, hook loader, waste containers and any other demountable body systems that may be required, jetter, cranes, mobile library and offices, vehicle and plant recovery, street lighting and highway maintenance bodies, and any other body type an Member may require. The Lot will also include the options to offer spare parts and maintenance contract services.
If a converted vehicle is required under this Lot, the convertor may either be nominated by the Member or the OEM will use their preferred convertor. For clarity, purchases from this Lot will be made from OEMs of chassis (unconverted/converted) that have been appointed to the framework in this Lot.
Within Lot 1, Members can nominate their preferred convertor(s) for use by the successful OEM manufacturers/franchise dealer when supplying converted vehicle chassis. In these circumstances, the OEM manufacturer or OEM nominated franchise dealership is liable for the vehicle(s) ordered until delivered and signed for by the Member. For clarity, for all purchases made within Lot 1 the invoice and contractual relationship remains between the Member and the successful OEM manufacturer or the OEM nominated franchise dealership.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 150,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Vehicle types and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 2
II.2.1) Title: Vehicle Conversions up to 44t including spare parts and maintenance contracts
Lot No: 2
II.2.2) Additional CPV codes:
34140000 - Heavy-duty motor vehicles.
34130000 - Motor vehicles for the transport of goods.
34139000 - Chassis.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Vehicle Conversions up to 44t. This Lot is for the purchase of converted chassis from the convertors appointed to the framework. Members can if they choose to, nominate a preferred chassis for conversion. Alternatively, where the Member owns an existing chassis, they can pay for the body only for the purpose of mounting on an existing chassis. Convertors can make available for sale ex-demonstration vehicles to Members within this Lot.
Body type conversions to include but not limited to: tippers, dropside, flat, beavertail, curtain-side, box, Luton, refuse collection, bin lifts and recycling bodies, gritter, snowplough and auger spreaders, tanker, gully emptier, aerial platforms, hook loader, waste containers and any other demountable body systems that may be required, jetter, cranes, mobile library and offices, vehicle and plant recovery, street lighting and highway maintenance bodies, and any other body type an Members may require. The Lot will also include the options to offer spare parts and maintenance contract services.
Within Lot 2, Members can nominate their preferred chassis for use by the successful vehicle convertor when supplying body type conversions. In these circumstances, the vehicle convertor is liable for the vehicle(s) ordered until delivered and signed for by the Member. For clarity, for all purchases made within Lot 2 the invoice and contractual relationship remains between the Member and the successful vehicle convertor.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 250,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Vehicle types and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 3
II.2.1) Title: Contract Hire of Heavy Goods Vehicles, 12.5t and above
Lot No: 3
II.2.2) Additional CPV codes:
34140000 - Heavy-duty motor vehicles.
PA02-0 - Lease
34130000 - Motor vehicles for the transport of goods.
PA02-0 - Lease
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Contract Hire of Heavy Goods Vehicles and includes for vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuel. Types of HGVs to be hired includes, but is not limited to the full range of vehicle categories and sizes covered in Lots 1 & 2 but also any other heavy goods, specialist and municipal vehicles exceeding 12.5 tonnes.
Within Lot 3, Members can nominate through mini-competition their preferred ancillary service providers, including maintenance provision. Vehicles hired under Lot 3 may require extras to be fitted to the vehicles, including, tracking devices, Bluetooth kits, tool boxes and livery. These will be identified through mini-competitions and may result in some marks/holes upon the vehicles dependent on the nature of the extras to be fitted by the Member.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 15,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Vehicle types and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 4
II.2.1) Title: Contract Hire of Buses, 5-75 seats (including accessible vehicles)
Lot No: 4
II.2.2) Additional CPV codes:
34115200 - Motor vehicles for the transport of fewer than 10 persons.
PA02-0 - Lease
34120000 - Motor vehicles for the transport of 10 or more persons.
PA02-0 - Lease
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Contract Hire of minibuses, coaches, double-decked and articulated buses with 5 – 75 seats (including accessible vehicles) and includes for vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuel. Vehicles may be coach-built, OEM standard or van-based conversions.
Within Lot 4, Members can nominate through mini-competition their preferred ancillary service providers, including maintenance provision. Vehicles hired under Lot 4 may require extras to be fitted to the vehicles, including, tracking devices, Bluetooth kits, tool boxes and livery. These will be identified through mini-competitions and may result in some marks/holes upon the vehicles dependent on the nature of the extras to be fitted by the Member.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 15,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Vehicle types and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 5
II.2.1) Title: Electric or Hydrogen Drivetrain Conversions
Lot No: 5
II.2.2) Additional CPV codes:
50117000 - Vehicle conversion and reconditioning services.
CB44-3 - Hydrogen powered
CB10-1 - Electrically powered
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Electric or hydrogen vehicle drivetrain conversion systems, to include range-extended solutions. This Lot is for the supply and fit of electric or hydrogen drivetrain solutions to repower internal combustion engine vehicles.
Types of vehicles to be repowered includes but is not limited to, all HGVs (of any weight and chassis), light and medium commercial vehicles (from 3.5t to 12.5t) and buses (from 5 – 75 seats) including accessible and non-accessible, articulated and double decked. Services expected to be provided includes but is not limited to, design, conversion, warranty, servicing, maintenance and training.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 20,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Vehicle types and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 95
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: 2020/S 98 - 236108
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/10/2020 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 09/10/2020
Time: 12:05
Place:
Gateshead Council Legal Services
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months from publication of this contract notice
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The Agreement is accessible by all local authorities in England, Scotland, Wales and Northern Ireland. The following links provide an opportunity to search for local authorities in England, Wales, Scotland and Northern Ireland. The Agreement may also be used by all other Eligible Bodies within the UK, including but not limited to the definable groups of contracting authorities in the links provided.
https://www.gov.uk/find-local-council
http://www.scottishlaw.org.uk/scotlaw/locgov.html
http://www.cosla.gov.uk/councils
http://gov.wales/topics/localgovernment/unitary-authorities/?lang=en
https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
https://www.gov.uk/government/organisations/department-for-education
https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
http://www.schoolswebdirectory.co.uk/localauthorities.php
https://www.gov.uk/find-school-in-england
https://education.gov.scot/ParentZone
https://gov.wales/address-list-schools
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure
https://aace.org.uk/uk-ambulance-service/
http://www.scottishambulance.com/TheService/organised.aspx
http://online.hscni.net/hospitals/health-and-social-care-trusts/
https://www.gov.uk/government/organisations
http://www.northernireland.gov.uk/gov.htm
https://www.communities-ni.gov.uk/contact
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
https://www.police.uk/forces/
https://www.police.uk/pu/contact-the-police/
http://www.psni.police.uk/index.htm
http://www.scotland.police.uk/
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
http://www.fireservice.co.uk/information/ukfrs
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
http://www.nifrs.org/areas-districts/
http://www.firescotland.gov.uk/your-area.aspx
http://www.oscr.org.uk/
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf
https://gov.wales/registered-social-landlords
https://www.nidirect.gov.uk/contacts/housing-associations
https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas
https://communityleisureuk.org/members/
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/.
The Agreement is also available to all members and associate members of the North East Procurement Organisation (NEPO). A list of members of NEPO is available here https://www.nepo.org/about and a full list of associate members is available here https://www.nepo.org/associate-membership/list.
TPPL are acting as an agent alongside and on behalf of NEPO and will undertake individually or jointly all activities relating to this proposed Agreement including but not limited to management of this tender process, evaluation of submissions, management of the Agreement when awarded, delivery of mini-competitions, assistance with direct awards and collection of associated Agreement fees.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=523436005
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
a
a, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
NEPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed / signed.
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
a
a, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 04/09/2020
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Darlington Borough Council
Town Hall, Feethams, Darlington, DL1 5QT, United Kingdom
Email: customerservices@darlington.gov.uk
Main Address: https://www.darlington.gov.uk
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Gateshead Metropolitan Borough Council
Civic Centre, Regent Terrace, Gateshead, NE8 1HH, United Kingdom
Email: customerservices@gateshead.gov.uk
Main Address: https://www.gateshead.gov.uk
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Hartlepool Borough Council
Civic Centre, Victoria Road, Hartlepool, TS24 8AY, United Kingdom
Email: customer.service@hartlepool.gov.uk
Main Address: https://www.hartlepool.gov.uk
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Newcastle City Council
Civic Centre, Barras Bridge, Newcastle upon Tyne, NE1 7RS, United Kingdom
Email: csc@newcastle.gov.uk
Main Address: https://www.newcastle.gov.uk
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
North Tyneside Council
Quadrant, The Silverlink North, Cobalt Business Park, Silverlink, NE27 0BY, United Kingdom
Email: contact.us@northtyneside.gov.uk
Main Address: https://my.northtyneside.gov.uk
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
Redcar and Cleveland Borough Council
Redcar and Cleveland House, Kirkleatham Street, Redcar, TS10 1RT, United Kingdom
Email: contactus@redcar-cleveland.gov.uk
Main Address: https://www.redcar-cleveland.gov.uk
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Authority
South Tyneside Council
Town Hall and Civic Offices, South Shields, NE33 2RL, United Kingdom
Email: customerhelp@southtyneside.gov.uk
Main Address: https://www.southtyneside.gov.uk
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
8: Contracting Authority
Stockton-on-Tees Borough Council
Municipal Buildings, Church Road, Stockton-on-Tees, TS18 1LD, United Kingdom
Email: customer.comments@stockton.gov.uk
Main Address: https://www.stockton.gov.uk
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
9: Contracting Authority
Sunderland City Council
Civic Centre, Burdon Road, Sunderland, SR2 7DN, United Kingdom
Email: enquiries@sunderland.gov.uk
Main Address: https://www.sunderland.gov.uk
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
10: Contracting Authority
Middlesbrough Borough Council
Civic Centre, Albert Road, MIddlesbrough, TS1 9FX, United Kingdom
Email: contactcentre@middlesbrough.gov.uk
Main Address: https://www.middlesbrough.gov.uk
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
11: Contracting Authority
Northumberland County Council
County Hall, Morpeth, NE61 2EF, United Kingdom
Email: financeprocurement@northumberland.gov.uk
Main Address: https://www.northumberland.gov.uk/
NUTS Code: UKC
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
12: Contracting Authority
Durham County Council
County Hall, Durham, DH1 5UL, United Kingdom
Email: help@durham.gov.uk
Main Address: http://www.durham.gov.uk
NUTS Code: UKC