Construction Contract Leads
United Kingdom
Category Goods
Type
No. of Lots 1
Status Active
Published 29th Jan 2025
Reference | ocds-h6vhtk-04d717 |
Common Procurement Vocabulary | Motor vehicles |
Procurement Method | Open procedure |
Value | £400,000,000 |
United Kingdom
Category Goods
Type
No. of Lots 1
Status Active
Published 29th Jan 2025
Reference | ocds-h6vhtk-04d717 |
Common Procurement Vocabulary | Motor vehicles |
Procurement Method | Open 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
jessica [at] echelonconsultancy.co.uk
Telephone
+44 1707339800
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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