Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Short Term Vehicle Hire Framework

  • First published: 26 September 2023
  • Last modified: 26 September 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0402b0
Published by:
London Borough of Waltham Forest
Authority ID:
AA24348
Publication date:
26 September 2023
Deadline date:
20 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
34100000 Motor vehicles Transport equipment and auxiliary products to transportation
34110000 Passenger cars Motor vehicles

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
janet.conde@walthamforest.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.