Tender

Supply of Vehicles Under Short Term, Flexi and Termed Contract Hire Framework 2024

  • Halton Housing c/o Link Group

F02: Contract notice

Notice identifier: 2024/S 000-033419

Procurement identifier (OCID): ocds-h6vhtk-04acf7

Published 16 October 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Halton Housing c/o Link Group

Waterfront Point, Warrington Road

Widnes

WA8 0TD

Contact

Darrell Slevin

Email

Darrell.Slevin@linkgroup.co.uk

Telephone

+44 2038233939

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.haltonhousing.org/

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-Widnes:-Motor-vehicles./3R8858K7Z7

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/3R8858K7Z7

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Central purchasing body

one.5) Main activity

Other activity

Central Purchasing Body


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Vehicles Under Short Term, Flexi and Termed Contract Hire Framework 2024

two.1.2) Main CPV code

  • 34100000 - Motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Halton Housing is a not for profit housing association who provide high quality housing services with a social conscience. Link Treasury Services Limited, trading as Link Group (Link) is managing the framework on behalf of Halton Housing and Link’s clients. Link, a major provider of advisory services to the UK public sector, intends to use this Framework Agreement to enable its clients to procure vehicles via short term, flexi and termed contract hire.

Halton Housing and Link invite tenders for organisations to participate in a 48-month Agreement for the supply of vehicles under short term, flexi and termed contract hire. The Framework Agreement will be used by Link clients and may also be used by all other contracting authorities located in the United Kingdom as defined in Regulation 2 of the Public Contracts Regulations 2015 and detailed in the tender documentation.

The framework is split into 4 lots. Submissions are welcome against any combination of lots that suppliers identify they can provide a relevant service within.

two.1.5) Estimated total value

Value excluding VAT: £600,000,000

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

Contract hire of cars and light commercial vehicles up to 5000kg G.V.W.

Lot No

1

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34110000 - Passenger cars
  • 34115200 - Motor vehicles for the transport of fewer than 10 persons
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 34136000 - Vans
  • 34134000 - Flatbed and Tipper trucks
  • 34139000 - Chassis
  • 34144900 - Electric vehicles
  • 34131000 - Pick-ups

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

Contract hire of cars and light commercial vehicles up to 5000kg G.V.W.

Including a range of fuels not limited to petrol, diesel, fully electric, hybrid electric, liquid petroleum gas, liquid natural gas and hydrogen. Vehicles can be both new, ex-demonstrator, nearly new and used. Vehicles can be both automatic & manual transmission, all body styles.

It is envisaged that approximately 10 Suppliers 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: £600,000,000

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

Any estimate of framework turnover is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Halton Housing take responsibility for inaccurate information provided within this tender.

two.2) Description

two.2.1) Title

Contract hire of specialist vehicles and commercial vehicles exceeding 5000kg G.V.W.

Lot No

2

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 34130000 - Motor vehicles for the transport of goods
  • 34140000 - Heavy-duty motor vehicles
  • 34144400 - Road-maintenance vehicles
  • 34131000 - Pick-ups
  • 34134000 - Flatbed and Tipper trucks
  • 34136000 - Vans
  • 34139000 - Chassis
  • 34144430 - Road-sweeping vehicles
  • 34210000 - Vehicle bodies
  • 34144900 - Electric vehicles
  • 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
  • 42415000 - Forklift trucks, works trucks, railway-station platforms tractors
  • 42418000 - Lifting, handling, loading or unloading machinery
  • 34144500 - Vehicles for refuse and sewage
  • 34144511 - Refuse-collection vehicles
  • 34144512 - Refuse-compaction vehicles
  • 16000000 - Agricultural machinery
  • 43000000 - Machinery for mining, quarrying, construction equipment

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

Contract hire of specialist vehicles and commercial vehicles exceeding 5000kg G.V.W.

Including a range of fuels not limited to petrol, diesel, fully electric, hybrid electric, liquid petroleum gas, liquid natural gas and hydrogen; both automatic & manual transmission, all body variants. Vehicles can be both new, ex-demonstrator, nearly new and used. The range of vehicles covered ranges from Original Equipment Manufactured (OEM) minibuses, converted accessible vehicles and larger buses and coaches; compact and truck mounted sweepers, specialist and municipal bodies and conversions such as tippers, dropsides, flat-beds, beavertails, curtain-siders, box bodies, Luton bodies, refuse collection, hook loaders and recycling bodies, gritters, gully emptiers, jetters, aerial platforms, snowploughs and demountable body systems, street lighting and cranes, mobile libraries and mobile & static offices, refrigeration units; plant equipment such telehandlers, excavators and earth moving equipment and other equipment and vehicles of a similar ilk a Eligible Body may require to contract hire. Commercial vehicles may be both new and pre-registered or used. This lot also includes post build additions including but not limited to racking, tow bars, pipe carriers, roof racks, inverters, ply lining, tool chests, livery and signage.

It is envisaged that approximately 10 Suppliers 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: £600,000,000

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

Any estimate of framework turnover is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Halton Housing take responsibility for inaccurate information provided within this tender.

two.2) Description

two.2.1) Title

Provision of employee car salary sacrifice schemes

Lot No

3

two.2.2) Additional CPV code(s)

  • 34110000 - Passenger cars
  • 34144900 - Electric vehicles

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

Provision of employee car salary sacrifice schemes

The Contract hire of vehicles to an Eligible Body which in turn are provided to its employees under a salary sacrifice arrangement. Including a range of fuels not limited to petrol, diesel, fully electric, hybrid electric, liquid petroleum gas, liquid natural gas and hydrogen. Vehicles can be both automatic & manual transmission, all body styles. Vehicles can be both new, ex-demonstrator, nearly new and used.

It is envisaged that approximately 5 Suppliers 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: £600,000,000

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

Any estimate of framework turnover is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Halton Housing take responsibility for inaccurate information provided within this tender.

two.2) Description

two.2.1) Title

Short term / Flexi hire of cars, commercial and specialist vehicles up to 364 days

Lot No

4

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34115200 - Motor vehicles for the transport of fewer than 10 persons
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 34130000 - Motor vehicles for the transport of goods
  • 34144400 - Road-maintenance vehicles
  • 34144430 - Road-sweeping vehicles
  • 34144511 - Refuse-collection vehicles
  • 34144512 - Refuse-compaction vehicles
  • 34144900 - Electric vehicles
  • 34110000 - Passenger cars
  • 34136000 - Vans
  • 34140000 - Heavy-duty motor vehicles
  • 34134000 - Flatbed and Tipper trucks
  • 34210000 - Vehicle bodies
  • 42414000 - Cranes, mobile lifting frames and works trucks fitted with a crane
  • 42415000 - Forklift trucks, works trucks, railway-station platforms tractors
  • 42418000 - Lifting, handling, loading or unloading machinery
  • 34144510 - Vehicles for refuse
  • 16000000 - Agricultural machinery
  • 43000000 - Machinery for mining, quarrying, construction equipment

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

Short term / Flexi hire of cars, commercial and specialist vehicles up to 364 days

The provision of vehicles described in both Lot 1 and Lot 2 but provided under short and flexi-hire of up to 364 days, rather than a termed contract hire agreement.

It is envisaged that approximately 5 Suppliers 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: £600,000,000

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

Any estimate of framework turnover is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Halton Housing take responsibility for inaccurate information provided within this tender.


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 1 of 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 or 93C of the Criminal Justice Act 1988(d) or Article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(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

18 November 2024

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

18 November 2024

Local time

12:01pm

Information about authorised persons and opening procedure

Halton Housing and their authorised agents only.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2028

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-Widnes:-Motor-vehicles./3R8858K7Z7

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/3R8858K7Z7

GO Reference: GO-20241016-PRO-28126729

six.4) Procedures for review

six.4.1) Review body

Link Treasury Services Ltd trading as Link Group

6th Floor, 65 Gresham Street

London

EC2V 7NQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

A 10 day standstill period will be observed prior to awarding the framework.