Section one: Contracting authority
one.1) Name and addresses
Watford Community Housing
59 Clarendon Road
Watford
WD17 1LA
Contact
Fiona Lowe
fiona@echelonconsultancy.co.uk
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
National registration number
30183R
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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=36156&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=36156&B=ECHELON
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Watford Community Housing Flexible Fleet Framework
Reference number
Ech 1015
two.1.2) Main CPV code
- 34100000 - Motor vehicles
two.1.3) Type of contract
Supplies
two.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, single 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 the provision of fleet and accident management services and additional relevant services, for example fuel cards.
The framework is to operate across the UK and will be open to all UK public sector bodies to access via a Joining Agreement between WCH, the Supplier and Pretium Frameworks Ltd, who WCH has appointed to administer the framework on its behalf.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 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
- 50118400 - Breakdown and recovery services for motor vehicles
- 50118500 - Breakdown and recovery services for motorcycles
- 64226000 - Telematics services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
Watford
two.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, single 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 the provision of fleet and accident management services and additional relevant services, for example fuel cards. Full details are available in the procurement documents.
The framework is to operate across the UK and will be open to:
• any entity within the same group of companies as the Trust from time to time (a “Trust Member”);
• any entity or joint venture company that the Trust or any other Trust Member holds an interest in from time to time (a “Trust JV”);
• any Social Housing Provider in the United Kingdom (excluding the Trust, the Trust Members and the Trust JVs);
• any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers (excluding the Trust, the Trust Members and the Trust JVs);
• 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 the Trust and whose identity has been notified in writing by Pretium to the Supplier.
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the procurement and Tender documents.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
11 February 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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. The Contracting Authority will be facilitating a participants’ briefing on 19 January between 10.30am and 11.30am via MS Teams. Bidders wishing to attend will need to register their places via EU Supply.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom
six.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).
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom