Contract notice
Section I: Contracting
authority
I.1) Name and addresses
whg
100 Hatherton Street
Walsall
WS1 1AB
UK
Contact person: Ms Marie Kedward
Telephone: +44 3005556666
E-mail: procurement@whgrp.co.uk
NUTS: UKG
Internet address(es)
Main address: http://www.whg.uk.com
Address of the buyer profile: http://www.whg.uk.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
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
Provision of Contract Hire for Light Commercial Vehicles and Associated Services
Reference number: DN441485
II.1.2) Main CPV code
50100000
II.1.3) Type of contract
Services
II.1.4) Short description
whg are looking for a single supplier to provide leased vehicles on a contract hire basis for a period of 4 or 5 years. The fleet consists of 210 commercial vehicles and whg would like the supplier to provide all other ancillary services as part of a one-stop shop solution. Ancillary services will include servicing and maintenance (including tyres and glass), vehicle modification, breakdown, telematics, graphics, accident management, fleet management system and daily hire.
All 210 light commercial vehicles are due for replacement in early 2020. whg are looking for a partner who will work proactively with the organisation to supply and manage the vehicles over the lifecycle. Key to this partnership is the ability to help drive operational efficiencies whilst reducing risk and impact on the environment. Typical users of the vehicles within the fleet include gas and electrical engineers, plumbers, plasterers, glaziers, locksmiths and general building maintenance.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
whg are looking for a single supplier to provide leased vehicles on a contract hire basis for a period of 4 or 5 years. The fleet consists of 210 commercial vehicles and whg would like the supplier to provide all other ancillary services as part of a one-stop shop solution. Ancillary services will include servicing and maintenance (including tyres and glass), vehicle modification, breakdown, telematics, graphics, accident management, fleet management system and daily hire.
All 210 light commercial vehicles are due for replacement in early 2020. whg are looking for a partner who will work proactively with the organisation to supply and manage the vehicles over the lifecycle. Key to this partnership is the ability to help drive operational efficiencies whilst reducing risk and impact on the environment. Typical users of the vehicles within the fleet include gas and electrical engineers, plumbers, plasterers, glaziers, locksmiths and general building maintenance.
This ITT process will be managed via our electronic tender solution hosted by Due North (referred to in this notice as ‘The Portal’). All document exchange and communication between whg and selected tenderers will always be via the portal. The portal provides a secure, auditable and efficient method of exchanging information and documents between the parties.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
31/01/2020
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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.1.2) Economic and financial standing
Minimum level(s) of standards required:
The tendering organisation will need to provide evidence showing that turnover has been a minimum of 10 000 000 GBP annually for the previous two (2) years. Copies of accounts will be required. In addition a credit check will be carried out, should this financial assessment highlight a risk of business failure then more information may be requested e.g. bank letter.
Insurances required are stated in the documentation.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 166-406819
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/11/2019
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
28/11/2019
Local time: 15:10
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand
London
UK
VI.5) Date of dispatch of this notice
25/10/2019