The Procurement Partnership Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Finance and Leasing DPS |
Notice type: | Contract Notice |
Authority: | The Procurement Partnership Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Council invites organisations to participate in a 60-month DPS for finance and leasing across 4 categories; operating lease, finance lease, loans, and fleet and accident management . The DPS will be accessible by the Council and members of TPPL. The DPS may be used by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase finance and leasing. Links to the definable groups are provided in section VI.3) Additional Information. |
Published: | 20/07/2021 11:51 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Hertfordshire County Council
County Hall, Pegs Lane, Hertford, SG13 8BQ, United Kingdom
Tel. +44 1954250517, Email: tenders@tppl.co.uk
Main Address: http://www.hertfordshire.gov.uk, Address of the buyer profile: http://www.supplyhertfordshire.uk/
NUTS Code: UKH23
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-Hertford:-Financial-leasing-services./Y382V7F4V5
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-Hertford:-Financial-leasing-services./Y382V7F4V5 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: Finance and Leasing DPS
Reference Number: TPPLHCCFL01
II.1.2) Main CPV Code:
66114000 - Financial leasing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Council invites organisations to participate in a 60-month DPS for finance and leasing across 4 categories; operating lease, finance lease, loans, and fleet and accident management .
The DPS will be accessible by the Council and members of TPPL. The DPS may be used by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase finance and leasing. Links to the definable groups are provided in section VI.3) Additional Information.
II.1.5) Estimated total value:
Value excluding VAT: 260,000,000
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: Operating Lease
Lot No: Category 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: Category 1: Operating Lease. Including, but not limited to, operating leases (and any variation thereof, e.g. contract hire or sale and leaseback) for equipment and/or machinery with associated services in the following categories:
Agricultural
Airport equipment
Batteries (for hybrid or fully electric vehicles)
Buses and coaches
Commercial vehicles (light and heavy)
Construction and plant
Electric vehicle charging (Light and heavy duty)
Food processing and packaging
Healthcare/Medical
Hydrogen fuel infrastructure, (production and refuelling)
Information technology, including hardware (and the installation of) and software
Leisure equipment
Materials handling
Modular buildings
Office equipment
Passenger vehicles
Recycling equipment
Specialist vehicles
Telecommunications
Workshop equipment
Applications to participate are welcomed from Suppliers that do not provide operating leases for all the above variations of equipment stated. Estimated total value of contracts to be awarded under this Category during the 60-month period is £100,000,000.
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: 100,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: 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: Variations of asset types, leasing products, or types of loan facilities that may not be easily identifiable as part of this guidance document or the original contract notice can be specified by individual Customers during their tender processes under the DPS. .
II.2) Description Lot No. 2
II.2.1) Title: Finance Lease
Lot No: Category 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: Category 2: Finance Lease. Including, but not limited to, finance leases (and any variation thereof, e.g. sale and leaseback) for equipment and/or machinery within associated services in the following categories:
Agricultural
Airport equipment
Batteries (for hybrid or fully electric vehicles)
Buses and coaches
Commercial vehicles (light and heavy)
Construction and plant
Electric vehicle charging (Light and heavy duty)
Food processing and packaging
Healthcare/Medical
Hydrogen fuel infrastructure, (production and refuelling)
Information technology, including hardware (and the installation of) and software
Leisure equipment
Materials handling
Modular buildings
Office equipment
Passenger vehicles
Recycling equipment
Specialist vehicles
Telecommunications
Workshop equipment
Applications to participate are welcomed from Suppliers that do not provide finance leases for all the above variations of equipment stated. Estimated total value of contracts to be awarded under this Category during the 60-month period is £100,000,000.
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: 100,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: 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: Variations of asset types, leasing products, or types of loan facilities that may not be easily identifiable as part of this guidance document or the original contract notice can be specified by individual Customers during their tender processes under the DPS.
II.2) Description Lot No. 3
II.2.1) Title: Loans
Lot No: Category 3
II.2.2) Additional CPV codes:
66190000 - Loan brokerage services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Category 3: Loans. Including but not limited to, loan facilities for the acquisition of equipment and/or machinery in the following categories:
Agricultural
Airport equipment
Batteries (for hybrid or fully electric vehicles)
Buses and coaches
Commercial vehicles (light and heavy)
Construction and plant
Electric vehicle charging (Light and heavy duty)
Food processing and packaging
Healthcare/Medical
Hydrogen fuel infrastructure, (production and refuelling)
Information technology, including hardware (and the installation of) and software
Leisure equipment
Materials handling
Modular buildings
Office equipment
Passenger vehicles
Recycling equipment
Specialist vehicles
Telecommunications
Workshop equipment
Applications to participate are welcomed from Suppliers that do not provide loan facilities for all the above variations of equipment stated. Estimated total value of contracts to be awarded under this Category during the 60-month period is £50,000,000.
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: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: 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: Variations of asset types, leasing products, or types of loan facilities that may not be easily identifiable as part of this guidance document or the original contract notice can be specified by individual Customers during their tender processes under the DPS.
II.2) Description Lot No. 4
II.2.1) Title: Fleet and Accident Management
Lot No: Category 4
II.2.2) Additional CPV codes:
50111000 - Fleet management, repair and maintenance services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Fleet management services, including but not limited to, fleet procurement, fleet funding, contract hire (with/without maintenance), grey fleet management, fleet software management, fleet insurance, rental, fuel cards, driver training, license checking, remarketing/disposal, maintenance management, and safety/risk management.
Accident management services including but not limited to, first notification of loss, client own damage claims, third-party intervention, third-party claims management, loss recovery, downtime management, uninsured loss recovery, access to national repair network, and online portal/systems for customers.
Applications to participate are welcomed from Suppliers that do not provide all of the above services. Estimated total value of contracts to be awarded under this Category during the 60-month period is £10,000,000.
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: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: 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: Variations of fleet/accident management services that may not be easily identifiable as part of this guidance document or the original contract notice can be specified by individual Customers during their tender processes under the DPS.
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:
Not Provided
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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: No
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: 19/08/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
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 DPS may be used by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services. Please see the following websites for further details:
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
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
http://www.nidirect.gov.uk/local-councils-in-northern-ireland
http://www.cosla.gov.uk/councils
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/
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Financial-leasing-services./Y382V7F4V5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y382V7F4V5
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:
N/A
N/A, United Kingdom
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:
N/A
N/A, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 20/07/2021
Annex A