Construction Tenders

25 April 2025

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 1

Status Active

Published 29th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d717
Common Procurement VocabularyMotor vehicles
Procurement MethodOpen procedure
Value£400,000,000
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 1

Status Active

Published 29th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d717
Common Procurement VocabularyMotor vehicles
Procurement MethodOpen procedure
Value£400,000,000

Section I: Contracting authority

I.1) Name and addresses

Watford Community Housing

59 Clarendon Road Watford

Watford Hertfordshire

WD171LA

Contact

Jessica Welch

Email

jessica [at] echelonconsultancy.co.uk

Telephone

+44 1707339800

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.wcht.org.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

I.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89365&B=ECHELON

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89365&B=ECHELON

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

I.4) Type of the contracting authority

Regional or local Agency/Office

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Total Fleet Solution Framework

Reference number

ECH1326

II.1.2) Main CPV code

  • 34100000 - Motor vehicles

II.1.3) Type of contract

Supplies

II.1.4) Short description

Watford Community Housing ("WCH") is seeking Tenders from suitably skilled and

experienced suppliers for the provision of vehicles and associated flexible fleet services

under this four-year, multi supplier framework.

This framework seeks to offer the benefits of a flexible vehicle hire solution that can react to

legislative and other operating context changes, incorporating the flexibility of a rental

model whilst competing with the total cost of ownership of a fixed-term contract hire/lease

arrangement. The framework will provide additional services to support the fleet operation

including but not limited to maintenance, fleet management services and additional fleet related services as set out in the specification. Full details are available in the procurement documents.

II.1.5) Estimated total value

Value excluding VAT: £400,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 30163100 - Agency fuel cards
  • 32441300 - Telematics system
  • 34144220 - Breakdown vehicles
  • 39151100 - Racking
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50111110 - Vehicle-fleet-support services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118500 - Breakdown and recovery services for motorcycles
  • 64226000 - Telematics services
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 72220000 - Systems and technical consultancy services
  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Watford Community Housing ("WCH") is seeking Tenders from suitably skilled and

experienced suppliers for the provision of vehicles and associated flexible fleet services

under this four-year, multi supplier framework.

This framework seeks to offer the benefits of a flexible vehicle hire solution that can react to legislative and other operating context changes, incorporating the flexibility of a rental model whilst competing with the total cost of ownership of a fixed-term contract hire/lease arrangement. The framework will provide additional services to support the fleet operation including but not limited to maintenance, fleet management services and additional fleet related services as set out in the specification. Full details are available in the procurement documents.

The framework is to operate across the UK and will be open to, in summary:

• any entity within the same group of companies as WCH from time to time

• any entity or joint venture company that WCH or any other WCH group Member holds an

interest in from time to time

• any Social Housing Provider / RSL in the United Kingdom

• any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers

• any national, regional or local health authority in the United Kingdom including, without

limitation, any NHS Trust, and any organisation providing a service to these bodies;

• any local or regional authority in the United Kingdom (including any arms length

organisation or service provider working on their behalf) delivering any public or private

sector construction related projects including, without limitation, housing, education,

highways and infrastructure work; and

• any service provider delivering services to any other Government Agency in the United

Kingdom including, without limitation, the Ministry of Defence and the Highways Agency

• and, in the case of the organisations listed in bullet points (iii) to (vii) above, who has

entered into an Access Agreement with WCH and whose identity has been notified in

writing by Pretium to the Supplier.

• any other organisation in public or private ownership who wishes to use the framework

Access to public sector bodies other than the Contract Authority will be an Access

Agreement between WCH, the Framework Supplier and Pretium Frameworks Ltd, who WCH has appointed to administer the framework on its behalf.

Full details of the scope and requirements of the Framework and the procurement process, including how to Tender are included within the procurement and Tender documents.

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: £400,000,000

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


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 set out in the procurement and Tender 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 set out in the procurement and Tender documents.

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


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

Envisaged maximum number of participants to the framework agreement: 3

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date

3 March 2025

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

3 March 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Contracting Authority reserves the right to cancel the procurement and not to proceed

with the Framework at any stage of the procurement process.

The Contracting Authority also reserves the right not to award the Framework. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or Tendering for this Framework.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

WCH will observe a stand still period following the award of the Framework and conduct

itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as

amended).

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom