Link Group: Procurement of Fleet (Vehicles and Associated Assets) Framework 2024

  Link Group is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Procurement of Fleet (Vehicles and Associated Assets) Framework 2024
Notice type: Contract Notice
Authority: Link Group
Nature of contract: Supplies
Procedure: Open
Short Description: Link Treasury Services Limited, trading as Link Group (Link) is managing the framework on behalf of Halton Housing and Link’s clients. Link invites tenders for organisations to participate in a 48-month Agreement (‘the Framework Agreement’) for the purchase of a range of fleet assets. Organisations likely to access this framework have asset fleets ranging from sub-10 to over 500. It is important that the smaller organisations, such as District Councils and Housing Associations can be supported by this framework as well as the larger organisations. The Framework Agreement will be used by Link clients and may also be used by all other contracting authorities across England, Scotland, Wales and Northern Ireland as defined in Regulation 2 of the UK statutory instrument Public Contracts Regulations 102 and detailed in Attachment 1 (“Contracting Authorities”). The framework covers 10 lots. Bidders can submit a tender for one or more lots
Published: 05/04/2024 15:33
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Widnes: Transport equipment and auxiliary products to transportation.
Section I: Contracting Authority
      I.1) Name and addresses
             Halton Housing c/o Link Group
             Waterfront Point, Warrington Road, Widnes, WA8 0TD, United Kingdom
             Tel. +44 2038233939, Email: onepoundrebate@linkgroup.co.uk
             Contact: Darrell Slevin
             Main Address: https://www.haltonhousing.co.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-Widnes:-Transport-equipment-and-auxiliary-products-to-transportation./B253J58T8S
      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-Widnes:-Transport-equipment-and-auxiliary-products-to-transportation./B253J58T8S 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
            Other type:: Central purchasing body
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Procurement of Fleet (Vehicles and Associated Assets) Framework 2024       
      Reference Number: 853761409
      II.1.2) Main CPV Code:
      34000000 - Transport equipment and auxiliary products to transportation.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Link Treasury Services Limited, trading as Link Group (Link) is managing the framework on behalf of Halton Housing and Link’s clients.
Link invites tenders for organisations to participate in a 48-month Agreement (‘the Framework Agreement’) for the purchase of a range of fleet assets. Organisations likely to access this framework have asset fleets ranging from sub-10 to over 500. It is important that the smaller organisations, such as District Councils and Housing Associations can be supported by this framework as well as the larger organisations.
The Framework Agreement will be used by Link clients and may also be used by all other contracting authorities across England, Scotland, Wales and Northern Ireland as defined in Regulation 2 of the UK statutory instrument Public Contracts Regulations 102 and detailed in Attachment 1 (“Contracting Authorities”).
The framework covers 10 lots. Bidders can submit a tender for one or more lots       
      II.1.5) Estimated total value:
      Value excluding VAT: 450,000,000       
      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: Lot 1: Passenger Cars       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      34110000 - Passenger cars.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The supply of passenger cars, both automatic & manual transmission, all body styles and all fuel types. Passenger cars may be both new and pre-registered or used.
      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: 450,000,000       
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2: Light Commercial Vehicles up to 7.5t including OEM Minibuses       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      34136000 - Vans.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The supply of light commercial vehicles, both automatic & manual transmission, all body variants, including minibuses and all fuel types. Light commercial vehicles may be both new and pre-registered or used. The lot also includes post build additions including but not limited to racking, tow bars, pipe carriers, roof racks, inverters, ply lining, tool chests, livery and signage.
      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: 450,000,000       
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3: Light Commercial Vehicle Conversions including passenger transport       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      34136000 - Vans.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The supply of light commercial vehicle conversions. Examples of conversions include but are not limited to aerial platforms, cranes, CCTV equipment, drop-sides, flat-beds, graffiti removal, jetters, Luton, street lighting, tippers, recycling and waste collection. The Lot also covers vehicles purchased with the conversion or alternatively where the converter sources the base chassis vehicle. All fuel types, both automatic and manual transmission. The Lot includes the option to supply pre-registered and ex-demonstration vehicles.
      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: 450,000,000       
      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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4: Pedestrian and Compact Sweepers up to 12.5t       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      34921100 - Road sweepers.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The supply of pedestrian, compact and chassis mounted road sweepers up to 12.5t. To include all fuel types; both automatic and manual transmission. The Lot includes the option to supply reregistered and ex-demonstration sweepers.
      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: 450,000,000       
      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: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 5: Medium and Heavy Commercial Vehicle Chassis from 7.5t to 44t       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      34140000 - Heavy-duty motor vehicles.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The supply of medium and heavy commercial vehicles, both automatic & manual transmission, all body variants, all fuel types. Rigid, chassis, truck and tractor units. The Lot includes the option to supply pre-registered and ex-demonstration vehicles.
      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: 450,000,000       
      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: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Lot 6: Buses and Coaches       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      34121000 - Buses and Coaches.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The supply of medium and heavy commercial vehicles, both automatic & manual transmission, all body variants, all fuel types. 7 – 75 seats. The Lot includes the option to supply pre-registered and ex-demonstration buses and coaches.
      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: 450,000,000       
      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: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Lot 7: Medium and Heavy Commercial Vehicle Conversions       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      34140000 - Heavy-duty motor vehicles.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The supply of medium and heavy commercial vehicle conversions. Examples of conversions include but are not limited to aerial platforms, cranes, drop-sides, exhibition vehicles, flat-beds, gritters, highways maintenance, hook loaders, Luton, mobile libraries, street lighting, tippers, training vehicles, recycling and waste collection. The Lot also covers vehicles purchased with the conversion or alternatively where the converter sources the base chassis vehicle. All fuel types, both automatic and manual transmission. The Lot includes the option to supply pre-registered and ex-demonstration vehicles.
      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: 450,000,000       
      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: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lot 8: Heavy Agricultural and Construction Plant and Equipment.       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      34140000 - Heavy-duty motor vehicles.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The supply of heavy agricultural, construction, plant and equipment as required by clients. Examples of equipment include but not limited to tractors, mowers, hedge trimmers, strimmers, loadalls, spreaders, chain saws, shredders, generators, utility quad bikes, golf buggies, mopeds, scooters, The Lot also covers vehicles purchased with the convers. All fuel types, both automatic and manual transmission. The Lot includes the option to supply pre-registered and ex-demonstration plant and equipment.
      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: 450,000,000       
      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: Not provided       
II.2) Description Lot No. 9
      
      II.2.1) Title: Lot 9: Telematics Equipment       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      32441300 - Telematics system.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The supply of telematics equipment to include vehicle data reporting, vehicle movements, driving behaviours, location tracking and fuel consumption.
      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: 450,000,000       
      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: Not provided       
II.2) Description Lot No. 10
      
      II.2.1) Title: Lot 10: Electric Vehicle Charging Infrastructure       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      31158100 - Battery chargers.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The supply and if requested, the installation of electric vehicle charging infrastructure, including charge points and upgrade to existing charging infrastructure. On-going maintenance of the equipment is also included in this Lot.
      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: 450,000,000       
      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: Not provided       


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 1 of 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) Order 1996(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.2.2) 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: 80           
         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: 07/05/2024 Time: 17:00
            
      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: 07/05/2024
         Time: 17:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2028
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Widnes:-Transport-equipment-and-auxiliary-products-to-transportation./B253J58T8S

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B253J58T8S
   VI.4) Procedures for review
   VI.4.1) Review body:
             Link Treasury Services Ltd trading as Link Group
       6th Floor, 65 Gresham Street, London, EC2V 7NQ, United Kingdom
       Tel. +44 2038233939, Email: onepoundrebate@linkgroup.co.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Link Treasury Services Ltd trading as Link Group
       6th Floor, 65 Gresham Street, London, EC2V 7NQ, United Kingdom
       Tel. +44 2038233939, Email: onepoundrebate@linkgroup.co.uk
   VI.5) Date Of Dispatch Of This Notice: 05/04/2024

Annex A


View any Notice Addenda

View Award Notice