Section one: Contracting authority
one.1) Name and addresses
Durham County Council
County Hall
Durham
DH1 5UL
Contact
Robyn Ruddick
Telephone
+44 7912977691
Country
United Kingdom
NUTS code
UKC14 - Durham CC
Internet address(es)
Main address
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://www.delta-esourcing.com/tenders/UK-UK-Durham:-Financial-leasing-services./3XPB457K26
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement of Leasing Facilities
Reference number
LTSL/DCC/LFF01
two.1.2) Main CPV code
- 66114000 - Financial leasing services
two.1.3) Type of contract
Services
two.1.4) Short description
Durham County Council is seeking to establish a 4 year leasing facilities framework. The tender and subsequent framework agreement consists of 4 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
It is anticipated that the framework will commence during June 2022. BIDDERS CAN BID ON ONE OR MORE LOTS.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
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
Lot 1: Residual based Lease Facilities
Lot No
1
two.2.2) Additional CPV code(s)
- 66114000 - Financial leasing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
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 economic operators (the Contractors) will be awarded a position on the Framework Agreement for Lot 1.
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: £140,000,000
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
two.2.14) Additional information
The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors participating in the resulting Framework Agreement.
two.2) Description
two.2.1) Title
Lot 2: Non-residual based Lease Facilities
Lot No
2
two.2.2) Additional CPV code(s)
- 66114000 - Financial leasing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
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 economic operators (the Contractors) will be awarded a position on the Framework Agreement for Lot 2.
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: £140,000,000
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
two.2.14) Additional information
The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors.
two.2) Description
two.2.1) Title
Lot 3: Educational Establishment Lease Facilities
Lot No
3
two.2.2) Additional CPV code(s)
- 66114000 - Financial leasing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 3 is for non-residual and residual based lease facilities of reprographic equipment and ICT based equipment for Educational Establishments.
It is anticipated that the combined requirement from all Eligible Bodies accessing the Framework Agreement will result in between 500 and 1,000 leases being procured during the life of the Framework Agreement. It is envisaged that 1 economic operator (the Contractor) will be awarded a position on the Framework Agreement for Lot 3.
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
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
two.2.14) Additional information
The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors
two.2) Description
two.2.1) Title
Lot 4: Microsoft® Software and Services Lease Facilities
Lot No
4
two.2.2) Additional CPV code(s)
- 66114000 - Financial leasing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
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 1 economic operator (the Contractor) will be awarded a position on the Framework Agreement for Lot 4.
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: £200,000,000
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
two.2.14) Additional information
The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors participating in the resulting Framework Agreement.
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
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 1of 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 or93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime
(Northern Ireland) Order1996(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.
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
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 several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 April 2022
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 April 2022
Local time
12:05pm
Information about authorised persons and opening procedure
Durham County Council staff members and their authorised agents only.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.Link Treasury Services Limited, trading as Link Group (Link), a major provider of advisory services to the UK public sector, intends to use this Framework Agreement to enable its clients to procure leasing facilities. Link will therefore provide details of the Framework Agreement and market the Framework Agreement to its clients. The Framework Agreement will be used by Durham County Council and may also be used by Link clients and all other contracting authorities in the United Kingdom (as defined in Regulation 2 of the Public Contracts Regulations 2015 #102), 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 organisations located in the United Kingdom. Further information on the eligible bodies who can use the framework agreement can be found within Appendix B of the tender documentation.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Durham:-Financial-leasing-services./3XPB457K26
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3XPB457K26
GO Reference: GO-2022325-PRO-19861976
six.4) Procedures for review
six.4.1) Review body
Durham County Council
County Hall
Durham
DH1 5UL
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).