Link Group is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Procurement of Fleet (Vehicles and Associated Assets) Framework |
Notice type: | Contract Notice |
Authority: | Link Group |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Halton Housing invites tenders for organisations to participate in a 48 month 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 Asset Services 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 the tender documentation. The framework is to cover 10 lots. |
Published: | 02/10/2019 16:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Halton Housing C/O Link Asset Services
Waterfront Point, Warrington Road, Widnes, WA8 0TD, United Kingdom
Tel. +44 2072047570, Email: onepoundrebate@linkgroup.co.uk
Contact: Marc Garrett
Main Address: https://www.haltonhousing.org/
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./F7948ST273
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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
Reference Number: 13549
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: Halton Housing invites tenders for organisations to participate in a 48 month 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 Asset Services 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 the tender documentation. The framework is to cover 10 lots.
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: Passenger Cars
Lot No: Lot 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: 260,000,000
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: Light Commercial Vehicles up to 7.5t including OEM Minibuses
Lot No: Lot 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 are 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: 260,000,000
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: Light Commercial Vehicle Conversions including passenger transport
Lot No: Lot 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: 260,000,000
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: Pedestrian and Compact Sweepers up to 12.5t
Lot No: Lot 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 pre-registered 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: 260,000,000
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: Medium and Heavy Commercial Vehicle Chassis from 7.5t to 44t
Lot No: Lot 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: 260,000,000
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: Buses and Coaches
Lot No: Lot 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: 260,000,000
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: Medium and Heavy Commercial Vehicle Conversions
Lot No: Lot 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: 260,000,000
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: Heavy Agricultural and Construction Plant and Equipment
Lot No: Lot 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: 260,000,000
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: Telematics Equipment
Lot No: Lot 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: 260,000,000
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: Electric Vehicle Charging Infrastructure
Lot No: Lot 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: 260,000,000
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:
As stated within the tender 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
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: 60
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: 04/11/2019 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: 05/11/2019
Time: 08:00
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 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./F7948ST273
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/F7948ST273
VI.4) Procedures for review
VI.4.1) Review body:
Link Treasury Services Ltd trading as Link Asset Services
6th Floor, 65 Gresham Street, London, EC2V 7NQ, United Kingdom
Tel. +44 2072047570, Email: onepoundrebate@linkgroup.co.uk
VI.4.2) Body responsible for mediation procedures:
Link Treasury Services Ltd trading as Link Asset Services
6th Floor, 65 Gresham Street, London, EC2V 7NQ, United Kingdom
Tel. +44 2072047570, Email: onepoundrebate@linkgroup.co.uk
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 Asset Services
6th Floor, 65 Gresham Street, London, EC2V 7NQ, United Kingdom
Tel. +44 2072047570, Email: onepoundrebate@linkgroup.co.uk
VI.5) Date Of Dispatch Of This Notice: 02/10/2019
Annex A
View any Notice Addenda
UK-Widnes: Transport equipment and auxiliary products to transportation.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Halton Housing C/O Link Asset Services
Waterfront Point, Warrington Road, Widnes, WA8 0TD, United Kingdom
Tel. +44 2072047570, Email: onepoundrebate@linkgroup.co.uk
Contact: Marc Garrett
Main Address: https://www.haltonhousing.org/
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Procurement of Fleet (Vehicles and Associated Assets) Framework Reference number: 13549
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: Halton Housing invites tenders for organisations to participate in a 48 month 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 Asset Services 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 the tender documentation. The framework is to cover 10 lots.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 30/10/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 232673
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 04/10/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 04/11/2019
Local Time: 17:00
Read:
Date: 18/11/2019
Local Time: 17:00
VII.2) Other 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./F7948ST273
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/F7948ST273
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Halton Housing C/O Link Asset Services
Waterfront Point, Warrington Road, Widnes, WA8 0TD, United Kingdom
Tel. +44 2072047570, Email: onepoundrebate@linkgroup.co.uk
Contact: Marc Garrett
Main Address: https://www.haltonhousing.org/
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:
Other type:: Central Purchasing Body
I.5) Main activity:
Other activity: Central Purchasing Body
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Procurement of Fleet (Vehicles and Associated Assets) Framework
Reference number: 13549
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: ** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
Halton Housing invites tenders for organisations to participate in a 48 month 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 Asset Services 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.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.2) Description (lot no. 1)
II.2.1) Title:Passenger Cars
Lot No:Lot 1
II.2.2) Additional CPV code(s):
34110000 - Passenger cars.
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: 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.
** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
II.2.5) Award criteria:
Not Provided
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: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Light Commercial Vehicles up to 7.5t including OEM Minibuses
Lot No:Lot 2
II.2.2) Additional CPV code(s):
34136000 - Vans.
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: 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 are not limited to racking, tow bars, pipe carriers, roof racks, inverters, ply lining, tool chests, livery and signage.
** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
II.2.5) Award criteria:
Not Provided
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: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Light Commercial Vehicle Conversions including passenger transport
Lot No:Lot 3
II.2.2) Additional CPV code(s):
34136000 - Vans.
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: 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.
** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
II.2.5) Award criteria:
Not Provided
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: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Pedestrian and Compact Sweepers up to 12.5t
Lot No:Lot 4
II.2.2) Additional CPV code(s):
34921100 - Road sweepers.
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: 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 pre-registered and ex-demonstration sweepers.
** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
II.2.5) Award criteria:
Not Provided
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: Not Provided
II.2) Description (lot no. 5)
II.2.1) Title:Medium and Heavy Commercial Vehicle Chassis from 7.5t to 44t
Lot No:Lot 5
II.2.2) Additional CPV code(s):
34140000 - Heavy-duty motor vehicles.
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: 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.
** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
II.2.5) Award criteria:
Not Provided
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: Not Provided
II.2) Description (lot no. 6)
II.2.1) Title:Buses and Coaches
Lot No:Lot 6
II.2.2) Additional CPV code(s):
34121000 - Buses and Coaches.
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: 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.
** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
II.2.5) Award criteria:
Not Provided
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: Not Provided
II.2) Description (lot no. 7)
II.2.1) Title:Medium and Heavy Commercial Vehicle Conversions
Lot No:Lot 7
II.2.2) Additional CPV code(s):
34140000 - Heavy-duty motor vehicles.
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: 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.
** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
II.2.5) Award criteria:
Not Provided
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: Not Provided
II.2) Description (lot no. 8)
II.2.1) Title:Heavy Agricultural and Construction Plant and Equipment
Lot No:Lot 8
II.2.2) Additional CPV code(s):
34140000 - Heavy-duty motor vehicles.
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: 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.
** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
II.2.5) Award criteria:
Not Provided
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: Not Provided
II.2) Description (lot no. 9)
II.2.1) Title:Telematics Equipment
Lot No:Lot 9
II.2.2) Additional CPV code(s):
32441300 - Telematics system.
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: The supply of telematics equipment to include vehicle data reporting, vehicle movements, driving behaviours, location tracking and fuel consumption.
** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
II.2.5) Award criteria:
Not Provided
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: Not Provided
II.2) Description (lot no. 10)
II.2.1) Title:Electric Vehicle Charging Infrastructure
Lot No:Lot 10
II.2.2) Additional CPV code(s):
31158100 - Battery chargers.
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: 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.
** THIS PROCUREMENT PROCESS WAS DISCONTINUED PRIOR TO AWARD. AS SUCH, THE FRAMEWORK THAT WAS ANTICIPATED FROM THE PROCUREMENT EXERCISE WAS NOT CONCLUDED. THE PROCESS WAS DISCONTINUED AS THE PROCUREMENT DOCUMENTS THAT WERE INITIALLY ISSUED WERE SUBJECT TO SUBSTANTIAL AMENDMENTS **
II.2.5) Award criteria:
Not Provided
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: Not Provided
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: No
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: 2019/S 193-468113
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: Not Provided
Lot Number: 1
Title: Passenger Cars
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 468113
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Light Commercial Vehicles up to 7.5t including OEM Minibuses
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 468113
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Light Commercial Vehicle Conversions including passenger transport
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 468113
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 4
Title: Pedestrian and Compact Sweepers up to 12.5t
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 468113
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 5
Title: Medium and Heavy Commercial Vehicle Chassis from 7.5t to 44t
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 468113
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 6
Title: Buses and Coaches
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 468113
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: 7
Title: Medium and Heavy Commercial Vehicle Conversions
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 468113
Award Of Contract (No.8)
Contract No: Not Provided
Lot Number: 8
Title: Heavy Agricultural and Construction Plant and Equipment
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 468113
Award Of Contract (No.9)
Contract No: Not Provided
Lot Number: 9
Title: Telematics Equipment
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 468113
Award Of Contract (No.10)
Contract No: Not Provided
Lot Number: 10
Title: Electric Vehicle Charging Infrastructure
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 468113
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 will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=483101013
VI.4) Procedures for review
VI.4.1) Review body
Link Treasury Services Ltd trading as Link Asset Services
6th Floor, 65 Gresham Street, London, EC2V 7NQ, United Kingdom
Tel. +44 2072047570, Email: onepoundrebate@linkgroup.co.uk
VI.4.2) Body responsible for mediation procedures
Link Treasury Services Ltd trading as Link Asset Services
6th Floor, 65 Gresham Street, London, EC2V 7NQ, United Kingdom
Tel. +44 2072047570, Email: onepoundrebate@linkgroup.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Link Treasury Services Ltd trading as Link Asset Services
6th Floor, 65 Gresham Street, London, EC2V 7NQ, United Kingdom
Tel. +44 2072047570, Email: onepoundrebate@linkgroup.co.uk
VI.5) Date of dispatch of this notice: 19/03/2020