MUFG Corporate Markets is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of Vehicles Under Short Term, Flexi and Termed Contract Hire Framework 2024 |
Notice type: | Contract Notice |
Authority: | MUFG Corporate Markets |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Halton Housing is a not for profit housing association who provide high quality housing services with a social conscience. Link Treasury Services Limited, trading as Link Group (Link) is managing the framework on behalf of Halton Housing and Link’s clients. Link, a major provider of advisory services to the UK public sector, intends to use this Framework Agreement to enable its clients to procure vehicles via short term, flexi and termed contract hire. Halton Housing and Link invite tenders for organisations to participate in a 48-month Agreement for the supply of vehicles under short term, flexi and termed contract hire. The Framework Agreement will be used by Link clients and may also be used by all other contracting authorities located in the United Kingdom as defined in Regulation 2 of the Public Contracts Regulations 2015 and detailed in the tender documentation. The framework is split into 4 lots. Submissions are welcome against any combination of lots that suppliers identify they can provide a relevant service within. |
Published: | 16/10/2024 15:28 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Halton Housing c/o Link Group
Waterfront Point, Warrington Road, Widnes, WA8 0TD, United Kingdom
Tel. +44 2038233939, Email: Darrell.Slevin@linkgroup.co.uk
Contact: Darrell Slevin
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:-Motor-vehicles./3R8858K7Z7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/3R8858K7Z7 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: Supply of Vehicles Under Short Term, Flexi and Termed Contract Hire Framework 2024
Reference Number: Not provided
II.1.2) Main CPV Code:
34100000 - Motor vehicles.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Halton Housing is a not for profit housing association who provide high quality housing services with a social conscience. Link Treasury Services Limited, trading as Link Group (Link) is managing the framework on behalf of Halton Housing and Link’s clients. Link, a major provider of advisory services to the UK public sector, intends to use this Framework Agreement to enable its clients to procure vehicles via short term, flexi and termed contract hire.
Halton Housing and Link invite tenders for organisations to participate in a 48-month Agreement for the supply of vehicles under short term, flexi and termed contract hire. The Framework Agreement will be used by Link clients and may also be used by all other contracting authorities located in the United Kingdom as defined in Regulation 2 of the Public Contracts Regulations 2015 and detailed in the tender documentation.
The framework is split into 4 lots. Submissions are welcome against any combination of lots that suppliers identify they can provide a relevant service within.
II.1.5) Estimated total value:
Value excluding VAT: 600,000,000
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: Contract hire of cars and light commercial vehicles up to 5000kg G.V.W.
Lot No: 1
II.2.2) Additional CPV codes:
34100000 - Motor vehicles.
34110000 - Passenger cars.
34115200 - Motor vehicles for the transport of fewer than 10 persons.
34120000 - Motor vehicles for the transport of 10 or more persons.
34136000 - Vans.
34134000 - Flatbed and Tipper trucks.
34139000 - Chassis.
34144900 - Electric vehicles.
34131000 - Pick-ups.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Contract hire of cars and light commercial vehicles up to 5000kg G.V.W.
Including a range of fuels not limited to petrol, diesel, fully electric, hybrid electric, liquid petroleum gas, liquid natural gas and hydrogen. Vehicles can be both new, ex-demonstrator, nearly new and used. Vehicles can be both automatic & manual transmission, all body styles.
It is envisaged that approximately 10 Suppliers will be awarded a position on the Framework Agreement for Lot 1.
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: 600,000,000
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: Any estimate of framework turnover is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Halton Housing take responsibility for inaccurate information provided within this tender.
II.2) Description Lot No. 2
II.2.1) Title: Contract hire of specialist vehicles and commercial vehicles exceeding 5000kg G.V.W.
Lot No: 2
II.2.2) Additional CPV codes:
34100000 - Motor vehicles.
34120000 - Motor vehicles for the transport of 10 or more persons.
34130000 - Motor vehicles for the transport of goods.
34140000 - Heavy-duty motor vehicles.
34144400 - Road-maintenance vehicles.
34131000 - Pick-ups.
34134000 - Flatbed and Tipper trucks.
34136000 - Vans.
34139000 - Chassis.
34144430 - Road-sweeping vehicles.
34210000 - Vehicle bodies.
34144900 - Electric vehicles.
42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane.
42415000 - Forklift trucks, works trucks, railway-station platforms tractors.
42418000 - Lifting, handling, loading or unloading machinery.
34144500 - Vehicles for refuse and sewage.
34144511 - Refuse-collection vehicles.
34144512 - Refuse-compaction vehicles.
16000000 - Agricultural machinery.
43000000 - Machinery for mining, quarrying, construction equipment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Contract hire of specialist vehicles and commercial vehicles exceeding 5000kg G.V.W.
Including a range of fuels not limited to petrol, diesel, fully electric, hybrid electric, liquid petroleum gas, liquid natural gas and hydrogen; both automatic & manual transmission, all body variants. Vehicles can be both new, ex-demonstrator, nearly new and used. The range of vehicles covered ranges from Original Equipment Manufactured (OEM) minibuses, converted accessible vehicles and larger buses and coaches; compact and truck mounted sweepers, specialist and municipal bodies and conversions such as tippers, dropsides, flat-beds, beavertails, curtain-siders, box bodies, Luton bodies, refuse collection, hook loaders and recycling bodies, gritters, gully emptiers, jetters, aerial platforms, snowploughs and demountable body systems, street lighting and cranes, mobile libraries and mobile & static offices, refrigeration units; plant equipment such telehandlers, excavators and earth moving equipment and other equipment and vehicles of a similar ilk a Eligible Body may require to contract hire. Commercial vehicles may be both new and pre-registered or used. This lot also includes post build additions including but not limited to racking, tow bars, pipe carriers, roof racks, inverters, ply lining, tool chests, livery and signage.
It is envisaged that approximately 10 Suppliers will be awarded a position on the Framework Agreement for Lot 2.
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: 600,000,000
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: Any estimate of framework turnover is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Halton Housing take responsibility for inaccurate information provided within this tender.
II.2) Description Lot No. 3
II.2.1) Title: Provision of employee car salary sacrifice schemes
Lot No: 3
II.2.2) Additional CPV codes:
34110000 - Passenger cars.
34144900 - Electric vehicles.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Provision of employee car salary sacrifice schemes
The Contract hire of vehicles to an Eligible Body which in turn are provided to its employees under a salary sacrifice arrangement. Including a range of fuels not limited to petrol, diesel, fully electric, hybrid electric, liquid petroleum gas, liquid natural gas and hydrogen. Vehicles can be both automatic & manual transmission, all body styles. Vehicles can be both new, ex-demonstrator, nearly new and used.
It is envisaged that approximately 5 Suppliers will be awarded a position on the Framework Agreement for Lot 3.
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: 600,000,000
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: Any estimate of framework turnover is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Halton Housing take responsibility for inaccurate information provided within this tender.
II.2) Description Lot No. 4
II.2.1) Title: Short term / Flexi hire of cars, commercial and specialist vehicles up to 364 days
Lot No: 4
II.2.2) Additional CPV codes:
34100000 - Motor vehicles.
34115200 - Motor vehicles for the transport of fewer than 10 persons.
34120000 - Motor vehicles for the transport of 10 or more persons.
34130000 - Motor vehicles for the transport of goods.
34144400 - Road-maintenance vehicles.
34144430 - Road-sweeping vehicles.
34144511 - Refuse-collection vehicles.
34144512 - Refuse-compaction vehicles.
34144900 - Electric vehicles.
34110000 - Passenger cars.
34136000 - Vans.
34140000 - Heavy-duty motor vehicles.
34134000 - Flatbed and Tipper trucks.
34210000 - Vehicle bodies.
42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane.
42415000 - Forklift trucks, works trucks, railway-station platforms tractors.
42418000 - Lifting, handling, loading or unloading machinery.
34144510 - Vehicles for refuse.
16000000 - Agricultural machinery.
43000000 - Machinery for mining, quarrying, construction equipment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Short term / Flexi hire of cars, commercial and specialist vehicles up to 364 days
The provision of vehicles described in both Lot 1 and Lot 2 but provided under short and flexi-hire of up to 364 days, rather than a termed contract hire agreement.
It is envisaged that approximately 5 Suppliers will be awarded a position on the Framework Agreement for Lot 4.
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: 600,000,000
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: Any estimate of framework turnover is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Halton Housing take responsibility for inaccurate information provided within this tender.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Any supplier may be disqualified who has been convicted of:
(a) conspiracy within the meaning of Section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);
(b) corruption within the meaning of Section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or Section 1 of the Prevention of Corruption Act 1906(e),
(c) the common law offence of bribery;
(d) bribery within the meaning of Sections 1, 2 or 6 of the Bribery Act 2010(f), or Section 113 of the Representation of the People Act 1983(g);
(e) where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):
(i) the common law offence of cheating the Revenue;
(ii) the common law offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);
(iv) fraudulent trading within the meaning of Section 458 of the Companies Act 1985(m), Article 451 of the Companies (Northern Ireland) Order 1986(n) or Section 993 of the Companies Act 2006(o);
(v) fraudulent evasion within the meaning of Section 170 of the Customs and Excise Management Act 1979(p) or Section 72 of the Value-Added Tax Act 1994(q);
(vi) an offence in connection with taxation in the European Union within the meaning of Section 71 of the Criminal Justice Act 1993(r);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of Section 20 of the Theft Act 1968(s) or Section 19 of the Theft Act (Northern Ireland) 1969(t);
(viii) fraud within the meaning of Section 2, 3 or 4 of the Fraud Act 2006(u); or
(ix) the possession of articles for use in frauds within the meaning of Section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of Section 7 of that Act;
(f) any offence listed:
(i) in Section 41 of the Counter Terrorism Act 2008(a); or
(ii) in Schedule 2 to that act where the court has determined that there is a terrorist connection;
(g) any offence under Sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) money laundering within the meaning of Sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);
(i) an offence in connection with the proceeds of criminal conduct within the meaning of Section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or Article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);
(j) an offence under Section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f));
(k) an offence under Section 59A of the Sexual Offences Act 2003(g);
(l) an offence under Section 71 of the Coroners and Justice Act 2009(h);
(m) an offence in connection with the proceeds of drug trafficking within the meaning of Section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:
(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) created, after the day on which these regulations were made, in the law of England and Wales or Northern Ireland.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 30
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: 18/11/2024 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 18/11/2024
Time: 12:01
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2028
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Widnes:-Motor-vehicles./3R8858K7Z7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3R8858K7Z7
VI.4) Procedures for review
VI.4.1) Review body:
Link Treasury Services Ltd trading as Link Group
6th Floor, 65 Gresham Street, London, EC2V 7NQ, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
A 10 day standstill period will be observed prior to awarding the framework.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 16/10/2024
Annex A