Section one: Contracting authority
one.1) Name and addresses
Flagship Housing Group
31 King Street
Norwich
NR1 1PD
procurement@flagship-group.co.uk
Telephone
+44 8081684555
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
https://www.flagship-group.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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-title/5ECJ9Y987Y
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
Vehicles and associated supplies & services
two.1.2) Main CPV code
- 34000000 - Transport equipment and auxiliary products to transportation
two.1.3) Type of contract
Supplies
two.1.4) Short description
Flagship Group is setting up a DPS for vehicles and associated supplies and services. Mini competitions will be issued throughout the life of the DPS. All the bidders registered on the DPS who have passed the Selection Stage will be invited to participate in the mini-competitions. Access to the Selection Stage will be open throughout the life of the DPS. The DPS may be used for any of Flagship Group's subsidiary companies.
two.1.5) Estimated total value
Value excluding VAT: £120,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Vehicles
Lot No
1
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 34100000 - Motor vehicles
- 34110000 - Passenger cars
- 34111000 - Estate and saloon cars
- 34111100 - Estate cars
- 34111200 - Saloon cars
- 34113000 - 4-wheel-drive vehicles
- 34113200 - All-terrain vehicles
- 34113300 - Off-road vehicles
- 34115000 - Other passenger cars
- 34115200 - Motor vehicles for the transport of fewer than 10 persons
- 34115300 - Second-hand transport vehicles
- 34120000 - Motor vehicles for the transport of 10 or more persons
- 34130000 - Motor vehicles for the transport of goods
- 34131000 - Pick-ups
- 34134000 - Flatbed and Tipper trucks
- 34134100 - Flatbed trucks
- 34134200 - Tipper trucks
- 34136000 - Vans
- 34136100 - Light vans
- 34136200 - Panel vans
- 34137000 - Second-hand goods vehicles
- 34138000 - Road tractor units
- 34140000 - Heavy-duty motor vehicles
- 34142000 - Crane and dumper trucks
- 34142100 - Elevator-platforms trucks
- 34142200 - Skip loaders
- 34144000 - Special-purpose motor vehicles
- 34144700 - Utility vehicles
- 34144900 - Electric vehicles
- 34200000 - Vehicle bodies, trailers or semi-trailers
- 34210000 - Vehicle bodies
- 34220000 - Trailers, semi-trailers and mobile containers
- 34221000 - Special-purpose mobile containers
- 34223000 - Trailers and semi-trailers
- 34223200 - Bowsers
- 34223370 - Tipper trailers
- 34224000 - Parts of trailers, semi-trailers and other vehicles
- 34328200 - Vehicle conversion kits
- 34330000 - Spare parts for goods vehicles, vans and cars
- 34350000 - Tyres for heavy/light-duty vehicles
- 34351000 - Light-duty tyres
- 34351100 - Tyres for motor cars
- 34352000 - Heavy-duty tyres
- 42961300 - Vehicle location system
- 50111110 - Vehicle-fleet-support services
- 64226000 - Telematics services
- 66000000 - Financial and insurance services
- 66100000 - Banking and investment services
- 66110000 - Banking services
- 66114000 - Financial leasing services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
EAST OF ENGLAND
two.2.4) Description of the procurement
Procurement of vehicles.
Estimated values are for the 10 year period.
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
120
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
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/5ECJ9Y987Y
two.2) Description
two.2.1) Title
Vehicle conversion and reconditioning services
Lot No
2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50111000 - Fleet management, repair and maintenance services
- 50112000 - Repair and maintenance services of cars
- 50114000 - Repair and maintenance services of trucks
- 50117000 - Vehicle conversion and reconditioning services
- 50117100 - Motor vehicle conversion services
- 66000000 - Financial and insurance services
- 66100000 - Banking and investment services
- 66110000 - Banking services
- 66114000 - Financial leasing services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
EAST OF ENGLAND
two.2.4) Description of the procurement
Procurement of vehicle fleet conversion and reconditioning services.
Estimated values are for the 10 year period.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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
two.2.14) Additional information
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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
29 January 2034
Local time
2:00pm
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
six.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-Norwich:-Transport-equipment-and-auxiliary-products-to-transportation./5ECJ9Y987Y" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Transport-equipment-and-auxiliary-products-to-transportation./5ECJ9Y987Y
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5ECJ9Y987Y" target="_blank">https://www.delta-esourcing.com/respond/5ECJ9Y987Y
GO Reference: GO-2024130-PRO-25071177
six.4) Procedures for review
six.4.1) Review body
Flagship Housing Group Limited
31 King Street
Norwich
NR1 1PD
Telephone
+44 8081684555
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Flagship Housing Group
31 King Street
Norwich
NR1 1PD
procurement@flagship-group.co.uk
Telephone
+44 8081684555
Country
United Kingdom
Internet address
https://www.flagship-group.co.uk/
six.4.4) Service from which information about the review procedure may be obtained
Flagship Housing Group
31 King Street
Norwich
NR1 1PD
procurement@flagship-group.co.uk
Telephone
+44 8081684555
Country
United Kingdom