Tender

Procurement of Leasing Facilities Framework

  • Durham County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-007335

Procurement identifier (OCID): ocds-h6vhtk-05ff97

Published 5 January 2026, 4:05pm

Last edited 27 January 2026, 7:05pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Scope

Reference

1003794251

Description

Durham County Council invites tenders from organisation to participate in a 48-month framework ("the Framework"). MUFG Corporate Markets ("MUFG"), a division of MUFG Pension & Market Services are a major provider of advisory services to the UK public sector. MUFG intends to use this Framework to enable its clients to procure leasing facilities.

The Framework will be used by the Council and may also be used by MUFG clients and all other Contracting Authorities in the United Kingdom as defined in Section 2 of the Procurement Act 2023, including (but not limited to) all Local Authorities, Fire & Rescue Services, Police and Crime Commissioners, Registered Providers of Social Housing, Schools, Colleges, Universities and other public sector organisations located in the United Kingdom, ("Eligible Bodies"). A list of Eligible Bodies can be found with the tender documentation.

The tender and subsequent Framework consists of four lots: -

Lot 1: Residual based Lease Facilities

Lot 2: Non-residual based Lease Facilities

Lot 3: Educational Establishment Lease Facilities

Lot 4: Microsoft® Software and Services Lease Facilities

Bidders can bid on one or more lots. It is envisaged that approximately 53 Suppliers will be awarded a position on the Framework in total.

In compliance with the Procurement Act 2023, Durham County Council are the principle Contracting Authority for the establishment of this framework, and MUFG Corporate Markets are the managing agent.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=1009885483

Commercial tool

Establishes a framework

Total value (estimated)

  • £1,760,000,000 excluding VAT
  • £2,112,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 16 March 2026 to 15 March 2030
  • 4 years

Main procurement category

Services

CPV classifications

  • 66114000 - Financial leasing services

Contract locations

  • UK - United Kingdom

Lot 1. Residual based Lease Facilities

Description

Lot 1 is for residual based lease facilities; cars, light commercial vehicles, heavy goods vehicles, specialist vehicles, IT, copiers, multi-functional devices, plant, general equipment and any other asset type the Council or any Eligible Bodies may require.

It is envisaged that a maximum of 25 Suppliers will be awarded a position on the Framework for Lot 1.

Lot value (estimated)

  • £600,000,000 excluding VAT
  • £720,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Non-residual based Lease Facilities

Description

Lot 2 is for non-residual based lease facilities; cars, light commercial vehicles, heavy goods vehicles, specialist vehicles, IT, copiers, multi-functional devices, plant, general equipment and any other asset type the Council or an Eligible Bodies may require.

It is envisaged that a maximum of 25 Suppliers will be awarded a position on the Framework for Lot 2.

Lot value (estimated)

  • £500,000,000 excluding VAT
  • £600,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Educational Establishment Lease Facilities

Description

Lot 3 is for non-residual and residual based lease facilities of reprographic equipment and ICT based equipment for educational establishments such as schools, Academy Trusts, colleges and universities.

It is anticipated that the combined requirement from all Eligible Bodies accessing the Framework will result in between 500 and 1,000 leases being procured during the life of the Framework. It is envisaged that 1 Supplier will be awarded a position on the Framework for Lot 3.

Lot value (estimated)

  • £60,000,000 excluding VAT
  • £72,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Microsoft® Software and Services Lease Facilities

Description

Lot 4 is for finance lease facilities and deferred payment plan agreements for Microsoft® licenses, other relevant software or IT related products provided by Microsoft® (and approved Microsoft® partners and third parties) and Microsoft® Premier / consulting services (and other relevant services provided by Microsoft® (and approved Microsoft® partners and third parties).

It is envisaged that 2 Suppliers will be awarded a position on the Framework for Lot 4.

Lot value (estimated)

  • £600,000,000 excluding VAT
  • £720,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

53

Maximum percentage fee charged to suppliers

1%

Further information about fees

Maximum framework fees will apply to Call-Off Contracts, as described below:

Lot 1 = 1.00% of the capital cost plus VAT

Lot 2 = 1.00% of the capital cost plus VAT

Lot 3 = 1.00% of the capital cost plus VAT

Lot 4 = 0.50% of the capital cost plus VAT

MUFG reserve the right to amend these fees at their discretion for individual Call-Off Contracts.

Framework operation description

Call-off contracts may be awarded by Eligible Bodies as set out in the Framework, either: without competition (available for all lots); or through the use a competitive selection process ("mini-competition") available for Lot 1, Lot 2 and Lot 4.

The duration and size of any Call-off Contract is likely to vary at the discretion of individual Eligible Bodies. The method used to award a Call-off Contract will be at the discretion of individual Eligible Bodies and decided on a case by case basis. Where mini-competitions are undertaken, Eligible Bodies reserve the right to amend and refine the competitive award criteria and applicable weightings as appropriate for the Call-Off Contract requirements.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

The Framework will be used by the Council and may also be used by MUFG clients and all other Contracting Authorities in the United Kingdom as defined in Section 2 of the Procurement Act 2023, including (but not limited to) all Local Authorities, Fire & Rescue Services, Police and Crime Commissioners, Registered Providers of Social Housing, Schools, Colleges, Universities and other public sector organisations located in the United Kingdom, ("Eligible Bodies"). A list of Eligible Bodies can be found with the tender documentation.


Participation

Legal and financial capacity conditions of participation

Lot 1. Residual based Lease Facilities

Lot 2. Non-residual based Lease Facilities

Lot 3. Educational Establishment Lease Facilities

Lot 4. Microsoft® Software and Services Lease Facilities

See tender documentation

Particular suitability

Lot 1. Residual based Lease Facilities

Lot 2. Non-residual based Lease Facilities

Lot 3. Educational Establishment Lease Facilities

Lot 4. Microsoft® Software and Services Lease Facilities

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

30 January 2026, 5:00pm

Tender submission deadline

11 February 2026, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

2 March 2026


Award criteria

Lot 1. Residual based Lease Facilities

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Cost Submission Price 40%

Lot 2. Non-residual based Lease Facilities

Lot 3. Educational Establishment Lease Facilities

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Cost Submission Cost 40%

Lot 4. Microsoft® Software and Services Lease Facilities

This table contains award criteria for this lot
Name Type Weighting
Cost Submission Cost 75%
Quality Quality 25%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Durham County Council

  • Public Procurement Organisation Number: PMPB-8772-VYWM

County Hall

Durham

DH1 5UL

United Kingdom

Contact name: Robyn Ruddick

Telephone: 07912 977 691

Email: Robyn.Ruddick@mpms.mufg.com

Region: UKC14 - Durham CC

Organisation type: Public authority - sub-central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

MUFG Corporate Markets (A division of MUFG Pension & Market Services)

Summary of their role in this procurement: Managing agent for the framework

  • Public Procurement Organisation Number: PPPQ-2821-MBPH

Central Square, 29 Wellington Street

Leeds

LS1 4DL

United Kingdom

Contact name: Robyn Ruddick

Telephone: 07912 977 691

Email: Robyn.Ruddick@mpms.mufg.com

Region: UKE42 - Leeds


Contact organisation

Contact Durham County Council for any enquiries.