- Scope of the procurement
- Lot 1 - Cars (Small, Medium, Large Hatchback, Large Estate & 7 Seat MPV)
- Lot 2 - Light goods Vehicles (Car Derived Vans, SWB Panel Vans, 3.5ton LWB Panel Vans, 3.5ton XLWB Panel Vans, 3.5ton Luton Van with Tail Lift, 3.5ton Drop side Truck, 3.5ton Caged Tipper Single Cab, 3.5ton Tipper Double Cab cage tipper & 3.5ton Caged Tipper Double Cab with tail Lift).
- Lot 3 - Heavy Goods (7.5 tonne crew cab tipper without tow bar, 7.5 tonne crew cab tipper with tow bar, 7.5 tonne tipper without tow bar, 7.5 tonne tipper with tow bar, 7.5 tonne caged tipper with tow bar, 7.5 tonne box van without tail lift, 7.5 tonne box van with tail lift & 7.5 tonne Drop side Truck).
- Lot 4 – Mini Buses comprises of 9 seater mini bus without driver, 12 seater mini bus without tail lift without driver Max 3.5 tonne, 12 seater mini bus without tail lift without driver Max 3.5 tonne or 4.25 tonne for fully electric, 12 seater mini bus with tail lift without driver max 4.25 tonne,
Section one: Contracting authority
one.1) Name and addresses
London Borough of Waltham Forest
Room 100, Waltham Forest Town Hall, Forest Road
Walthamstow
E17 4JF
janet.conde@walthamforest.gov.uk
Country
United Kingdom
Region code
UKI5 - Outer London – East and North East
Internet address(es)
Main address
http://www.walthamforest.gov.uk/
Buyer's address
http://www.walthamforest.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=c600391b-b157-ee11-8124-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=c600391b-b157-ee11-8124-005056b64545
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
Short Term Vehicle Hire Framework
Reference number
DN687365
two.1.2) Main CPV code
- 34110000 - Passenger cars
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Council is seeking to set up a new Framework agreement that will enable the Council to meet the operational needs of all vehicle requirements and the statutory duty of the Council Operating Licence. Part of the terms of the licence is that all vehicles shall be maintained and operated in accordance with the Department of Transport guide to roadworthiness.
The procurement will be split into 4 lots as follows.
Lot 1 – Cars (up to 8 passenger seats)
Lot 2 – Light Goods
Lot 3 – Heavy Goods
Lot 4 – Minibus’s (9 to 16 passenger seats
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 - Cars (Small, Medium, Large Hatchback, Large Estate & 7 Seat MPV)
Lot No
1
two.2.2) Additional CPV code(s)
- 34100000 - Motor vehicles
two.2.3) Place of performance
NUTS codes
- UKI5 - Outer London – East and North East
two.2.4) Description of the procurement
The Council is seeking to set up a new Framework agreement that will enable the Council to meet the operational needs of all vehicle requirements and the statutory duty of the Council Operating Licence. Part of the terms of the licence is that all vehicles shall be maintained and operated in accordance with the Department of Transport guide to roadworthiness.
The procurement will be split into 4 lots as follows.
Lot 1 – Cars (up to 8 passenger seats)
Lot 2 – Light Goods
Lot 3 – Heavy Goods
Lot 4 – Minibus’s (9 to 16 passenger seats
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 25%
Price - Weighting: 75%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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) Description
two.2.1) Title
Lot 2 - Light goods Vehicles (Car Derived Vans, SWB Panel Vans, 3.5ton LWB Panel Vans, 3.5ton XLWB Panel Vans, 3.5ton Luton Van with Tail Lift, 3.5ton Drop side Truck, 3.5ton Caged Tipper Single Cab, 3.5ton Tipper Double Cab cage tipper & 3.5ton Caged Tipper Double Cab with tail Lift).
Lot No
2
two.2.2) Additional CPV code(s)
- 34100000 - Motor vehicles
two.2.3) Place of performance
NUTS codes
- UKI5 - Outer London – East and North East
two.2.4) Description of the procurement
The Council is seeking to set up a new Framework agreement that will enable the Council to meet the operational needs of all vehicle requirements and the statutory duty of the Council Operating Licence. Part of the terms of the licence is that all vehicles shall be maintained and operated in accordance with the Department of Transport guide to roadworthiness.
The procurement will be split into 4 lots as follows.
Lot 1 – Cars (up to 8 passenger seats)
Lot 2 – Light Goods
Lot 3 – Heavy Goods
Lot 4 – Minibus’s (9 to 16 passenger seats
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 25%
Price - Weighting: 75%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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) Description
two.2.1) Title
Lot 3 - Heavy Goods (7.5 tonne crew cab tipper without tow bar, 7.5 tonne crew cab tipper with tow bar, 7.5 tonne tipper without tow bar, 7.5 tonne tipper with tow bar, 7.5 tonne caged tipper with tow bar, 7.5 tonne box van without tail lift, 7.5 tonne box van with tail lift & 7.5 tonne Drop side Truck).
Lot No
3
two.2.2) Additional CPV code(s)
- 34100000 - Motor vehicles
two.2.3) Place of performance
NUTS codes
- UKI5 - Outer London – East and North East
two.2.4) Description of the procurement
The Council is seeking to set up a new Framework agreement that will enable the Council to meet the operational needs of all vehicle requirements and the statutory duty of the Council Operating Licence. Part of the terms of the licence is that all vehicles shall be maintained and operated in accordance with the Department of Transport guide to roadworthiness.
The procurement will be split into 4 lots as follows.
Lot 1 – Cars (up to 8 passenger seats)
Lot 2 – Light Goods
Lot 3 – Heavy Goods
Lot 4 – Minibus’s (9 to 16 passenger seats
two.2.5) Award criteria
Quality criterion - Name: Quantity / Weighting: 25%
Price - Weighting: 75%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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) Description
two.2.1) Title
Lot 4 – Mini Buses comprises of 9 seater mini bus without driver, 12 seater mini bus without tail lift without driver Max 3.5 tonne, 12 seater mini bus without tail lift without driver Max 3.5 tonne or 4.25 tonne for fully electric, 12 seater mini bus with tail lift without driver max 4.25 tonne,
Lot No
4
two.2.2) Additional CPV code(s)
- 34100000 - Motor vehicles
two.2.3) Place of performance
NUTS codes
- UKI5 - Outer London – East and North East
two.2.4) Description of the procurement
The Council is seeking to set up a new Framework agreement that will enable the Council to meet the operational needs of all vehicle requirements and the statutory duty of the Council Operating Licence. Part of the terms of the licence is that all vehicles shall be maintained and operated in accordance with the Department of Transport guide to roadworthiness.
The procurement will be split into 4 lots as follows.
Lot 1 – Cars (up to 8 passenger seats)
Lot 2 – Light Goods
Lot 3 – Heavy Goods
Lot 4 – Minibus’s (9 to 16 passenger seats
two.2.5) Award criteria
Quality criterion - Name: Quantity / Weighting: 25%
Price - Weighting: 75%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
20 October 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 October 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom