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

  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
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 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

Procurement of Fleet (Vehicles and Associated Assets) Framework

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

UK-Widnes: Transport equipment and auxiliary products to transportation.

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