Opportunity

Short Term Vehicle Hire Framework

  • London Borough of Waltham Forest

F02: Contract notice

Notice reference: 2023/S 000-027927

Published 21 September 2023, 2:47pm



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

Email

janet.conde@walthamforest.gov.uk

Country

United Kingdom

NUTS 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