Contract notice

Information

Published

Expire date: 11/02/2021

External Reference: 2021-577245

FTS Reference: 2021-000471

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Watford Community Housing
30183R
59 Clarendon Road
Watford
WD17 1LA
UK
Contact person: Fiona Lowe
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36156&B=ECHELON
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Watford Community Housing Flexible Fleet Framework
Reference number:  Ech 1015
II.1.2)

Main CPV code

34100000  -  Motor vehicles
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Watford Community Housing ("WCH") is seeking Tenders from suitably skilled and experienced suppliers for the provision of vehicles and associated flexible fleet services under this four-year, single supplier framework.
This framework seeks to offer the benefits of a flexible vehicle hire solution that can react to legislative and other operating context changes, incorporating the flexibility of a rental model whilst competing with the total cost of ownership of a fixed-term contract hire/lease arrangement. The framework will provide additional services to support the fleet operation including but not limited to the provision of fleet and accident management services and additional relevant services, for example fuel cards.
The framework is to operate across the UK and will be open to all UK public sector bodies to access via a Joining Agreement between WCH, the Supplier and Pretium Frameworks Ltd, who WCH has appointed to administer the framework on its behalf.
II.1.5)

Estimated total value

Value excluding VAT: 100000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

30163100  -  Agency fuel cards
32441300  -  Telematics system
34144220  -  Breakdown vehicles
39151100  -  Racking
50100000  -  Repair, maintenance and associated services of vehicles and related equipment
50110000  -  Repair and maintenance services of motor vehicles and associated equipment
50111110  -  Vehicle-fleet-support services
50118100  -  Breakdown and recovery services for cars
50118200  -  Breakdown and recovery services for commercial vehicles
50118300  -  Breakdown and recovery services for buses
50118400  -  Breakdown and recovery services for motor vehicles
50118500  -  Breakdown and recovery services for motorcycles
64226000  -  Telematics services
II.2.3)

Place of performance

Main site or place of performance:  
Watford
II.2.4)

Description of the procurement

Watford Community Housing ("WCH") is seeking Tenders from suitably skilled and experienced suppliers for the provision of vehicles and associated flexible fleet services under this four-year, single supplier framework.
This framework seeks to offer the benefits of a flexible vehicle hire solution that can react to legislative and other operating context changes, incorporating the flexibility of a rental model whilst competing with the total cost of ownership of a fixed-term contract hire/lease arrangement. The framework will provide additional services to support the fleet operation including but not limited to the provision of fleet and accident management services and additional relevant services, for example fuel cards. Full details are available in the procurement documents.
The framework is to operate across the UK and will be open to:
• any entity within the same group of companies as the Trust from time to time (a “Trust Member”);
• any entity or joint venture company that the Trust or any other Trust Member holds an interest in from time to time (a “Trust JV”);
• any Social Housing Provider in the United Kingdom (excluding the Trust, the Trust Members and the Trust JVs);
• any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers (excluding the Trust, the Trust Members and the Trust JVs);
• any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Trust, and any organisation providing a service to these bodies;
• any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and
• any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency
• and, in the case of the organisations listed in bullet points (iii) to (vii) above, who has entered into an Access Agreement with the Trust and whose identity has been notified in writing by Pretium to the Supplier.
Access to public sector bodies other than the Contract Authority will be an Access Agreement between WCH, the Framework Supplier and Pretium Frameworks Ltd, who WCH has appointed to administer the framework on its behalf.
Full details of the scope and requirements of the Framework and the procurement process, including how to Tender are included within the procurement and Tender documents.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 100000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the procurement and Tender documents.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement and Tender documents.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/02/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  11/02/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Framework. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or Tendering for this Framework. The Contracting Authority will be facilitating a participants’ briefing on 19 January between 10.30am and 11.30am via MS Teams. Bidders wishing to attend will need to register their places via EU Supply.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
WCH will observe a stand still period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK