MUFG Corporate Markets is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Procurement of Leasing Facilities Framework |
Notice type: | Contract Notice |
Authority: | MUFG Corporate Markets |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | University Hospital Southampton NHS Foundation Trust (the “Trust”) invites tenders for organisations to participate in a 48-month Agreement (‘the Framework Agreement’). The Framework Agreement will be used by the Trust and may also be used by other organisations (“Eligible Bodies”) located in the United Kingdom, lists of all Eligible Bodies can be found in the tender documentation. The Tender and subsequent agreement consists of two lots: Lot 1: Residual Based Lease Facilities Lot 2: Non-Residual Based Lease Facilities Link Group (Link), a major provider of advisory services to the UK public sector, intends to use this Framework Agreement to enable its clients to procure leasing facilities. Link will therefore provide details of the Framework Agreement and market the Framework Agreement to its clients. Bidders can bid on one or more lots. It is envisaged that a maximum of 50 economic operators (the Suppliers) will be awarded a position on the Framework Agreement in total. |
Published: | 11/01/2023 13:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
University Hospital Southampton NHS Foundation Trust
Tremona Road, Southampton, Hampshire, SO16 6YD, United Kingdom
Tel. +44 7892789954, Email: carly.king@linkgroup.co.uk
Contact: Carly King
Main Address: https://www.uhs.nhs.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
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://www.delta-esourcing.com/tenders/UK-UK-Hampshire:-Financial-leasing-services./9TY7679N44
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Hampshire:-Financial-leasing-services./9TY7679N44 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
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement of Leasing Facilities Framework
Reference Number: 14436
II.1.2) Main CPV Code:
66114000 - Financial leasing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: University Hospital Southampton NHS Foundation Trust (the “Trust”) invites tenders for organisations to participate in a 48-month Agreement (‘the Framework Agreement’). The Framework Agreement will be used by the Trust and may also be used by other organisations (“Eligible Bodies”) located in the United Kingdom, lists of all Eligible Bodies can be found in the tender documentation.
The Tender and subsequent agreement consists of two lots:
Lot 1: Residual Based Lease Facilities
Lot 2: Non-Residual Based Lease Facilities
Link Group (Link), a major provider of advisory services to the UK public sector, intends to use this Framework Agreement to enable its clients to procure leasing facilities. Link will therefore provide details of the Framework Agreement and market the Framework Agreement to its clients.
Bidders can bid on one or more lots. It is envisaged that a maximum of 50 economic operators (the Suppliers) will be awarded a position on the Framework Agreement in total.
II.1.5) Estimated total value:
Value excluding VAT: 300,000,000
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: Residual Based Lease Facilities
Lot No: 1
II.2.2) Additional CPV codes:
66114000 - Financial leasing services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 1 is for residual based lease facilities for equipment, including (but not limited to); medical equipment, testing equipment, estates equipment, furniture, mobile/modular/temporary buildings, plant and machinery, car park barriers/ticketing machinery, waste disposal, catering, domestic appliances, washroom, industrial machinery; ICT equipment, hardware and software, photocopiers, printers; green technology (renewable energy and energy efficiency) equipment including (but not limited to) solar, photo-voltaic and thermal, heat pumps, bio-mass, LED, building control management technology; Grounds maintenance equipment; Cars, light commercial vehicles and heavy commercial vehicles; vehicle workshop equipment and any other asset type the Trust or any Eligible Bodies may require.
It is envisaged that a maximum of 25 economic operators (the Suppliers) will be awarded a position on the Framework Agreement for Lot 1.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 300,000,000
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: The estimated value range through the 48-month Framework Agreement is between £150,000,000 and £300,000,000 ex VAT. Any estimate of framework turnover or number of lease facilities is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Trust take responsibility for inaccurate information provide within this tender.
II.2) Description Lot No. 2
II.2.1) Title: Non-Residual Based Lease Facilities
Lot No: 2
II.2.2) Additional CPV codes:
66114000 - Financial leasing services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 2 is for non-residual based lease facilities for equipment, including (but not limited to); medical equipment, testing equipment, estates equipment, furniture, mobile/modular/temporary buildings, plant and machinery, car park barriers/ticketing machinery, waste disposal, catering, domestic appliances, washroom, industrial machinery; ICT equipment, hardware and software, photocopiers, printers; green technology (renewable energy and energy efficiency) equipment including (but not limited to) solar, photo-voltaic and thermal, heat pumps, bio-mass, LED, building control management technology; Grounds maintenance equipment; Cars, light commercial vehicles and heavy commercial vehicles; vehicle workshop equipment and any other asset type the Trust or any Eligible Bodies may require.
It is envisaged that a maximum of 25 economic operators (the Suppliers) will be awarded a position on the Framework Agreement for Lot 2.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 300,000,000
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: The estimated value range through the 48-month Framework Agreement is between £150,000,000 and £300,000,000 ex VAT. Any estimate of framework turnover or number of lease facilities is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Trust take responsibility for inaccurate information provide within this tender.
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:
Any supplier may be disqualified who has been convicted of:
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977 (a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 (b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1of the Prevention of Corruption Act 1906(e);
(c) the common law offence of bribery;
(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);
(e) where the offence relates to fraud affecting the European Communities financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):
(i) the common law offence of cheating the Revenue;
(ii) the common law offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act
2006(o);
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise
Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the
Criminal Justice Act 1993(r);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or
(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of
that Act;
(f) any offence listed,
(i) in section 41 of the Counter Terrorism Act 2008(a); or
(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;
(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);
(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B
or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order1996(e);
(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);
(k) an offence under section 59A of the Sexual Offences Act 2003(g);
(l) an offence under section 71 of the Coroners and Justice Act 2009(h);
(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive;
(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: 50
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/02/2023 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: 13/02/2023
Time: 12:05
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2027
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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 contracting Authorities reserve the right to use electronic auctions in the conduct of mini-competitions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hampshire:-Financial-leasing-services./9TY7679N44
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9TY7679N44
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this Contract Notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 11/01/2023
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University Hospital Southampton NHS Foundation Trust
Tremona Road, Southampton, Hampshire, SO16 6YD, United Kingdom
Tel. +44 7892789954, Email: carly.king@linkgroup.co.uk
Contact: Carly King
Main Address: https://www.uhs.nhs.uk/
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Procurement of Leasing Facilities Framework
Reference number: 14436
II.1.2) Main CPV code:
66114000 - Financial leasing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: University Hospital Southampton NHS Foundation Trust (the “Trust”) invites tenders for organisations to participate in a 48-month Agreement (‘the Framework Agreement’). The Framework Agreement will be used by the Trust and may also be used by other organisations (“Eligible Bodies”) located in the United Kingdom, lists of all Eligible Bodies can be found in the tender documentation. The Tender and subsequent agreement consists of two lots: Lot 1: Residual Based Lease Facilities Lot 2: Non-Residual Based Lease Facilities Link Group (Link), a major provider of advisory services to the UK public sector, intends to use this Framework Agreement to enable its clients to procure leasing facilities. Link will therefore provide details of the Framework Agreement and market the Framework Agreement to its clients. Bidders can bid on one or more lots. It is envisaged that a maximum of 50 economic operators (the Suppliers) will be awarded a position on the Framework Agreement in total.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 300,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Residual Based Lease Facilities
Lot No:1
II.2.2) Additional CPV code(s):
66114000 - Financial leasing services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Lot 1 is for residual based lease facilities for equipment, including (but not limited to); medical equipment, testing equipment, estates equipment, furniture, mobile/modular/temporary buildings, plant and machinery, car park barriers/ticketing machinery, waste disposal, catering, domestic appliances, washroom, industrial machinery; ICT equipment, hardware and software, photocopiers, printers; green technology (renewable energy and energy efficiency) equipment including (but not limited to) solar, photo-voltaic and thermal, heat pumps, bio-mass, LED, building control management technology; Grounds maintenance equipment; Cars, light commercial vehicles and heavy commercial vehicles; vehicle workshop equipment and any other asset type the Trust or any Eligible Bodies may require. It is envisaged that a maximum of 25 economic operators (the Suppliers) will be awarded a position on the Framework Agreement for Lot 1.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: The estimated value range through the 48-month Framework Agreement is between £150,000,000 and £300,000,000 ex VAT. Any estimate of framework turnover or number of lease facilities is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Trust take responsibility for inaccurate information provide within this tender.
II.2) Description (lot no. 2)
II.2.1) Title:Non-Residual Based Lease Facilities
Lot No:2
II.2.2) Additional CPV code(s):
66114000 - Financial leasing services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Lot 2 is for non-residual based lease facilities for equipment, including (but not limited to); medical equipment, testing equipment, estates equipment, furniture, mobile/modular/temporary buildings, plant and machinery, car park barriers/ticketing machinery, waste disposal, catering, domestic appliances, washroom, industrial machinery; ICT equipment, hardware and software, photocopiers, printers; green technology (renewable energy and energy efficiency) equipment including (but not limited to) solar, photo-voltaic and thermal, heat pumps, bio-mass, LED, building control management technology; Grounds maintenance equipment; Cars, light commercial vehicles and heavy commercial vehicles; vehicle workshop equipment and any other asset type the Trust or any Eligible Bodies may require. It is envisaged that a maximum of 25 economic operators (the Suppliers) will be awarded a position on the Framework Agreement for Lot 2.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: The estimated value range through the 48-month Framework Agreement is between £150,000,000 and £300,000,000 ex VAT. Any estimate of framework turnover or number of lease facilities is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Trust take responsibility for inaccurate information provide within this tender.
Section IV: Procedure
IV.1) Description
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: Yes
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2023/S 000-000825
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Arkle Finance Limited, 03398034
52-60 Sanders Road, 52-60 Sanders Road, Wellingborough, Northamptonshire, NN8 4BX, United Kingdom
NUTS Code: UKF2
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
BNP Paribas Leasing Solutions, 00901225
Northern Cross, Basing View, Basingstoke, Hampshire, RG21 4HL, United Kingdom
NUTS Code: UKJ3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 3
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
CHG-Meridian UK Limited, 01276016
65 High St, Egham, Surrey, TW20 9EY, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: 4
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
De Lage Landen Leasing Limited, 02380043
Building 7, Croxley Business Park, Watford, WD18 8YN, United Kingdom
NUTS Code: UKH2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: 5
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
GE Capital Equipment Finance, 01102466
3rd Floor, 1 Ashley Road, Altrincham, Cheshire, WA14 2DT, United Kingdom
NUTS Code: UKD6
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: 6
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Siemens Financial Services Ltd, 00646166
Sefton Park Bells Hill Stoke Poges, Buckinghamshire, SL2 4JS, United Kingdom
NUTS Code: UKJ1
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: 7
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Shawbrook Bank Limited, 00388466
Lutea House, Warley Hill Business Park, The Drive, Great Warely, Brentwood, CM13 3BE, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: 8
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Societe Generale Equipment Finance Ltd, 03596854
Parkshot House, 5 Kew Road, Richmond, Surrey, TW9 2PR, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.9)
Contract No: 9
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Solutions Asset Finance Ltd, 06022920
Solutions House, 39 Quayside, Grosvenor Wharf Road, Ellesmere Port, Cheshire, CH65 4AY, United Kingdom
NUTS Code: UKD6
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.10)
Contract No: 10
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
TP Leasing Ltd, 08767792
1 King William Street, London, EC4N 7AF, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.11)
Contract No: 11
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Triple Point Lease Partners, N/A
1 King William Street, London, EC4N 7AF, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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 has been based solely on the criteria set out for the procurement. The contracting Authorities reserve the right to use electronic auctions in the conduct of mini-competitions. The framework is available for use by all contracting authorities as defined within the procurement documentation.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=773277070
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: This tender process incorporated a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals could be directly raised via the contact points detailed in section VI.4.1 of this Contract Notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 04/04/2023