Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 6

Status Active

Published 17th Jun 2024

Tender Details
Referenceocds-h6vhtk-047067
Common Procurement VocabularyMotor vehicles
Procurement MethodOpen procedure
Value£250,000,000
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 6

Status Active

Published 17th Jun 2024

Tender Details
Referenceocds-h6vhtk-047067
Common Procurement VocabularyMotor vehicles
Procurement MethodOpen procedure
Value£250,000,000

Section I: Contracting authority

I.1) Name and addresses

Hertfordshire County Council

County Hall, Pegs Lane, Pegs Lane

Hertford

SG13 8BQ

Email

tenders [at] tppl.co.uk

Telephone

+44 1954250517

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

http://www.hertfordshire.gov.uk

Buyer's address

http://www.supplyhertfordshire.uk/

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Motor-vehicles./9MMZD36HZ8

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Motor-vehicles./9MMZD36HZ8

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Hertfordshire County Council and TPPL Vehicle Contract Hire Framework

Reference number

TPPLHCCCH03

II.1.2) Main CPV code

  • 34100000 - Motor vehicles
    • PA02 - Lease

II.1.3) Type of contract

Supplies

II.1.4) Short description

Hertfordshire County Council invites tenders for organisations to participate in a 48 month Agreement for the contract hire of vehicles and ancillary goods/services. The framework will be used by the Council, and may also be used by all Local Authorities, housing providers, and other public sector organisations located in the United Kingdom.

The framework is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/. TPPL are acting as an agent on behalf of the Council and will undertake individually or jointly all activities relating to this proposed framework.

A full list of the definable groups able to access the Framework is available at VI.3 of this notice.

II.1.5) Estimated total value

Value excluding VAT: £250,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Passenger Cars

Lot No

1

II.2.2) Additional CPV code(s)

  • 34110000 - Passenger cars
    • PA02 - Lease

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 1: Contract Hire of passenger cars comprising no more than 8 passenger seats in addition to the driver. Including Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuels.

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: £30,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

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

The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

II.2) Description

II.2.1) Title

Light Commercial Vehicles up to 5t

Lot No

2

II.2.2) Additional CPV code(s)

  • 34131000 - Pick-ups
    • PA02 - Lease
  • 34134000 - Flatbed and Tipper trucks
    • PA02 - Lease
  • 34136000 - Vans
    • PA02 - Lease
  • 34139000 - Chassis
    • PA02 - Lease

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 2: Contract Hire of light commercial vehicles (LCVs) up to 7.0t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Biofuels. The lot also covers vehicles with body conversions including but not limited to tippers, drop-side, Luton, flat, curtain-side, recycling, aerial platform, jetter, cranes, street lighting and any other body type an Authority may require, including all vehicle racking.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £100,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

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

The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

II.2) Description

II.2.1) Title

Medium, Heavy and Specialist Commercial Vehicles up to 44t

Lot No

3

II.2.2) Additional CPV code(s)

  • 34140000 - Heavy-duty motor vehicles
    • PA02 - Lease
  • 34210000 - Vehicle bodies
    • PA02 - Lease
  • 34130000 - Motor vehicles for the transport of goods
    • PA02 - Lease

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 3: Contract Hire of medium, heavy, and specialist commercial vehicles up to 44t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Biofuels. The lot also includes Vehicles with body conversions including but not limited to tippers, drop-side, Luton, flat, curtain-side, recycling, aerial platform, jetter, cranes, street lighting and any other body type an Authority may require.

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: £35,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

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

The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

II.2) Description

II.2.1) Title

Pedestrian, Compact, and Chassis mounted road sweepers

Lot No

4

II.2.2) Additional CPV code(s)

  • 34144430 - Road-sweeping vehicles
    • PA02 - Lease

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 4: Contract Hire of pedestrian, compact, and chassis mounted road sweepers. Sweepers: Sub-compact, compact, mid-size, pedestrian and truck/chassis-mounted including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Biofuels. To include for any other type of vehicular based sweeper an Authority may require.

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: £25,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

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

The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

II.2) Description

II.2.1) Title

Minibus, Bus, and Coach any number of seats

Lot No

5

II.2.2) Additional CPV code(s)

  • 34115200 - Motor vehicles for the transport of fewer than 10 persons
    • PA02 - Lease
  • 34120000 - Motor vehicles for the transport of 10 or more persons
    • PA02 - Lease

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 5: Contract Hire of minibuses, buses, and coaches with any range of seating. Vehicles may range from van conversions through to coach built. Options to include for accessible/non-accessible, single or double decked, articulated, and tri-axle vehicles. Vehicle may operate on any fuel type, including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Biofuels. This lot to include for any other passenger carrying vehicle an Authority may require.

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: £35,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

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

The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

II.2) Description

II.2.1) Title

Salary Sacrifice

Lot No

6

II.2.2) Additional CPV code(s)

  • 34110000 - Passenger cars
    • PA02 - Lease

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 6: Provision of salary sacrifice schemes for provision of a wide range of vehicles, primarily passenger cars. Schemes to be bespoke for the individual Authority’s requirements. All schemes are to include for the provision of a web-based portal, accessible by the Authority’s Employees. Scheme options and features may include, but are not limited to:

-Bespoke scheme design.

-Provision of a web-based portal accessible via all major browsers, operating systems, and mobile devices (e.g. iOS and Android).

-Active promotion to employees, with suitable marketing materials and literature.

-Multiple leasing/funding companies.

-Salary deduction options, in addition to salary sacrifice.

-Full administration, including support with payroll.

-Comprehensive & fully managed driver services:

o24/7/365 support

oFull service, maintenance, and repair (“SMR”) support

oAccident management & reporting

oVehicle quotation system

oRisk mitigation solutions (to cover life events)

-Insurance.

-Grey fleet management.

-Pool car management.

-Comprehensive management information.

-Options for learner drivers to be included (not mandatory, and if offered may be with additional charges).

-EV charging equipment, including supply/install of such 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: £25,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

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

The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.


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 per procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per procurement documents.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

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.2.2) Time limit for receipt of tenders or requests to participate

Date

22 July 2024

Local time

12:00pm

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 months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

22 July 2024

Local time

12:00pm

Place

TPPL offices

Information about authorised persons and opening procedure

Online tender, opened by duly authorised officers of TPPL.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The Council intends to make the resulting agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services. Please see the following websites for further detail of these definable groups:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

https://gov.wales/find-your-local-authority

http://www.nidirect.gov.uk/local-councils-in-northern-ireland

http://www.cosla.gov.uk/councils

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

https://www.housingregulator.gov.scot/landlord-performance/landlords)

https://gov.wales/registered-social-landlords

https://www.nidirect.gov.uk/contacts/housing-associations

https://www.gov.uk/government/organisations/department-for-education

https://www.aoc.co.uk/about/list-of-colleges-in-the-uk

https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies

http://www.schoolswebdirectory.co.uk/localauthorities.php

https://www.gov.uk/find-school-in-england

https://education.gov.scot/ParentZone

https://gov.wales/address-list-schools

http://apps.education-ni.gov.uk/appinstitutes/default.aspx

https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development

https://www.england.nhs.uk/publication/nhs-provider-directory/

https://www.specialistinfo.com/trust_find.php?r=SC&s=3&l=0

https://www.scot.nhs.uk/organisations/

https://www.nhsinform.scot/scotlands-service-directory

https://www.nhs.wales/hpb/local-services/

https://aace.org.uk/uk-ambulance-service/

http://www.scottishambulance.com/TheService/organised.aspx

https://www.nidirect.gov.uk/contacts/health-and-social-care-trusts

https://www.gov.uk/government/organisations

http://www.northernireland.gov.uk/gov.htm

https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

https://www.police.uk/pu/contact-us/uk-police-forces/

https://www.police.uk/pu/your-area/police-service-of-northern-ireland/

http://www.scotland.police.uk/

https://www.gov.uk/government/organisations/maritime-and-coastguard-agency

http://www.fireservice.co.uk/information/ukfrs

https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services

https://www.nifrs.org/contact-us/

http://www.firescotland.gov.uk/your-area.aspx

http://www.oscr.org.uk/

http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx

https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas

https://communityleisureuk.org/members/

The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/. Members of the TPPL buying club can only be public sector organisations and their wholly owned subsidiaries who classify as a contracting authority.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Motor-vehicles./9MMZD36HZ8

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/9MMZD36HZ8

GO Reference: GO-2024617-PRO-26633761

VI.4) Procedures for review

VI.4.1) Review body

The High Court

Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

N/A

N/A

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the framework agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the framework agreement before it is executed/signed (as appropriate).

The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the Council to amend any document and may award damages. If the framework agreement has been entered into the court has the options to award damages and/or to shorten or order the framework agreement ineffective.

VI.4.4) Service from which information about the review procedure may be obtained

N/A

Cottenham

Country

United Kingdom