Construction Tenders

Thu May 02 2024

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 10

Status Active

Published 5th Apr 2024

Tender Details
Referenceocds-h6vhtk-045019
Common Procurement VocabularyTransport equipment and auxiliary products to transportation
Procurement MethodOpen procedure
Value£450,000,000
More Tenders »

United Kingdom

Category Goods

Type

No. of Lots 10

Status Active

Published 5th Apr 2024

Tender Details
Referenceocds-h6vhtk-045019
Common Procurement VocabularyTransport equipment and auxiliary products to transportation
Procurement MethodOpen procedure
Value£450,000,000

Section I: Contracting authority

I.1) Name and addresses

Halton Housing c/o Link Group

Waterfront Point, Warrington Road

Widnes

WA8 0TD

Contact

Darrell Slevin

Email

onepoundrebate [at] linkgroup.co.uk

Telephone

+44 2038233939

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.haltonhousing.co.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-Widnes:-Transport-equipment-and-auxiliary-products-to-transportation./B253J58T8S

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-Widnes:-Transport-equipment-and-auxiliary-products-to-transportation./B253J58T8S

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

I.4) Type of the contracting authority

Other type

Central purchasing body

I.5) Main activity

Other activity

Central Purchasing Body


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Procurement of Fleet (Vehicles and Associated Assets) Framework 2024

Reference number

853761409

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

Link Treasury Services Limited, trading as Link Group (Link) is managing the framework on behalf of Halton Housing and Link’s clients.

Link invites tenders for organisations to participate in a 48-month Agreement (‘the 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 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 Attachment 1 (“Contracting Authorities”).

The framework covers 10 lots. Bidders can submit a tender for one or more lots

II.1.5) Estimated total value

Value excluding VAT: £450,000,000

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

Lot 1: Passenger Cars

Lot No

1

II.2.2) Additional CPV code(s)

  • 34110000 - Passenger cars

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

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: £450,000,000

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) Description

II.2.1) Title

Lot 2: Light Commercial Vehicles up to 7.5t including OEM Minibuses

Lot No

2

II.2.2) Additional CPV code(s)

  • 34136000 - Vans

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

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 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: £450,000,000

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) Description

II.2.1) Title

Lot 3: Light Commercial Vehicle Conversions including passenger transport

Lot No

3

II.2.2) Additional CPV code(s)

  • 34136000 - Vans

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

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: £450,000,000

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) Description

II.2.1) Title

Lot 4: Pedestrian and Compact Sweepers up to 12.5t

Lot No

4

II.2.2) Additional CPV code(s)

  • 34921100 - Road sweepers

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

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 reregistered 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: £450,000,000

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) Description

II.2.1) Title

Lot 5: Medium and Heavy Commercial Vehicle Chassis from 7.5t to 44t

Lot No

5

II.2.2) Additional CPV code(s)

  • 34140000 - Heavy-duty motor vehicles

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

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: £450,000,000

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) Description

II.2.1) Title

Lot 6: Buses and Coaches

Lot No

6

II.2.2) Additional CPV code(s)

  • 34121000 - Buses and coaches

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

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: £450,000,000

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) Description

II.2.1) Title

Lot 7: Medium and Heavy Commercial Vehicle Conversions

Lot No

7

II.2.2) Additional CPV code(s)

  • 34140000 - Heavy-duty motor vehicles

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

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: £450,000,000

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) Description

II.2.1) Title

Lot 8: Heavy Agricultural and Construction Plant and Equipment.

Lot No

8

II.2.2) Additional CPV code(s)

  • 34140000 - Heavy-duty motor vehicles

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

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: £450,000,000

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) Description

II.2.1) Title

Lot 9: Telematics Equipment

Lot No

9

II.2.2) Additional CPV code(s)

  • 32441300 - Telematics system

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

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: £450,000,000

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) Description

II.2.1) Title

Lot 10: Electric Vehicle Charging Infrastructure

Lot No

10

II.2.2) Additional CPV code(s)

  • 31158100 - Battery chargers

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

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: £450,000,000

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

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

III.1.3) Technical and professional ability

Selection criteria as stated in the 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

7 May 2024

Local time

5:00pm

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

7 May 2024

Local time

5:01pm


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.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./B253J58T8S

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/B253J58T8S

GO Reference: GO-202445-PRO-25693503

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

Email

onepoundrebate [at] linkgroup.co.uk

Telephone

+44 2038233939

Country

United Kingdom

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

Link Treasury Services Ltd trading as Link Group

6th Floor, 65 Gresham Street

London

EC2V 7NQ

Email

onepoundrebate [at] linkgroup.co.uk

Telephone

+44 2038233939

Country

United Kingdom