Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Waltham Forest
Room 100, Waltham Forest Town Hall, Forest Road
Walthamstow
E17 4JF
UK
E-mail: janet.conde@walthamforest.gov.uk
NUTS: UKI5
Internet address(es)
Main address: http://www.walthamforest.gov.uk/
Address of the buyer profile: http://www.walthamforest.gov.uk/
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=c600391b-b157-ee11-8124-005056b64545
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Short Term Vehicle Hire Framework
Reference number: DN687365
II.1.2) Main CPV code
34110000
II.1.3) Type of contract
Supplies
II.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
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Cars (Small, Medium, Large Hatchback, Large Estate & 7 Seat MPV)
II.2.2) Additional CPV code(s)
34100000
II.2.3) Place of performance
NUTS code:
UKI5
II.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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 25%
Price
/ Weighting:
75%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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
Lot No: 2
II.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).
II.2.2) Additional CPV code(s)
34100000
II.2.3) Place of performance
NUTS code:
UKI5
II.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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 25%
Price
/ Weighting:
75%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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
Lot No: 3
II.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).
II.2.2) Additional CPV code(s)
34100000
II.2.3) Place of performance
NUTS code:
UKI5
II.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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quantity
/ Weighting: 25%
Price
/ Weighting:
75%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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
Lot No: 4
II.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,
II.2.2) Additional CPV code(s)
34100000
II.2.3) Place of performance
NUTS code:
UKI5
II.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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quantity
/ Weighting: 25%
Price
/ Weighting:
75%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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 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 with several operators.
Justification for any framework agreement duration exceeding 4 years:
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/10/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
20/10/2023
Local time: 12:00
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 Court of Justice
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
21/09/2023