By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply & Delivery of Company Cars and Commerical Vehicles up to 3.5t (vans, all terrain vans, 4x4 vans)

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Selectusonline Ltd
Haweswater House, Lingley Mere Business Park, Great Sankey
For the attention of: Rachael Power
WA5 3LP Warrington
UNITED KINGDOM
Telephone: +44 1619199454
E-mail:

Further information can be obtained from: Electricity North West Limited
304 Bridgewater Place, Birchwood Park
For the attention of: Rachael Power
WA3 6XG Warrington
Telephone: +44 1619199454
E-mail:

Tenders or requests to participate must be sent to: Electricity North West Limited
304 Bridgewater Place, Birchwood Park
For the attention of: Rachael Power
WA3 6XG Warrington
UNITED KINGDOM
Telephone: +44 1619199454
E-mail:

I.2)Main activity
Electricity
Water
I.3)Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: yes

United Utiltities Water Plc
Haweswater House, Lingley Mere Business Park, Great Sankey
WA5 3LP Warrington
UNITED KINGDOM

Electricity North West Limited
304 Bridgewater Place, Birchwood Park
WA3 6XG Warrington
UNITED KINGDOM

Vehicle Lease and Service Ltd
3rd Floor Coble Dene, Royal Quays,
NE29 6DE North Tyneside
UNITED KINGDOM

Scottish Water
Castle House, 6 Castle Drive, Carnegie Campus,
KY11 8GG Dunfermline
UNITED KINGDOM

Scottish Power UK Plc
1 Atlantic Quay, Robertson Street,
G2 8SP Glasgow
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Supply & Delivery of Company Cars and Commerical Vehicles up to 3.5t (vans, all terrain vans, 4x4 vans)
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKD,UKC,UKM,UKH,UKE

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 8

Duration of the framework agreement

Duration in years: 8

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT
Range: between 150 000 000 and 200 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
The Framework Agreement will cover the supply and delivery of the following vehicles, cars, executive saloons, all terrain vans, small vans, light vans, medium vans, large vans 4x4 vehicles. The actual specification and potential volume of vehicles within each lot shall be detailed in the Invitation to Tender.
The estimated value range is based on all 8 lots detailed in Annex B.

Please send expressions of interest to as referenced in Annex 1.

II.1.6)Common procurement vocabulary (CPV)

34100000, 34110000, 34136000, 34136100, 34136200, 34111000, 34113000, 34115000, 34113200, 34100000, 34131000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Framework Agreement will cover the supply and delivery of the following vehicles, cars, executive saloons, all terrain vans, small vans, light vans, medium vans, large vans 4x4 vehicles. The actual specification and potential volume of vehicles within each lot shall be detailed in the Invitation to Tender.
The Framework Agreements shall provide for the purchase of vehicles, the most economically advantageous tender returns may be awarded on a solus (including family badge), dual, or multi badge basis. It is anticipated that there will be more than one bidder appointed for each lot, with a maximum of 8 bidders being appointed at contract award stage over all lots.
Further to the above arrangement, the Framework Agreement shall facilitate nominated third party leasing companies / PCP to purchase vehicles at the Framework Agreement prices on the basis that such vehicles are subsequently leased back to the Contracting Entity only.
Estimated value excluding VAT
Range: between 150 000 000 and 200 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Framework Agreement will be awarded for a 5 year period with the option to extend subject to performance in 12 month increments.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Cars
1)Short description:
Supply & delivery of cars - Small 3 door hatchback, 5 door hatchback, 5 door estate, medium 5 door hatch back, medium 5 door estate, multi purpose vehicle
2)Common procurement vocabulary (CPV)

34100000, 34110000

3)Quantity or scope:
A full specification will be provided at the Tender stage.
Lot No: 2 Lot title: Executive Saloon
1)Short description:
Supply & Delivery of Executive Saloon Cars
2)Common procurement vocabulary (CPV)

34100000, 34110000

3)Quantity or scope:
A full specification will be provided at the tender stage.
Lot No: 3 Lot title: All Terrain Vans
1)Short description:
Supply & Delivery of All Terrain Vans
2)Common procurement vocabulary (CPV)

34100000, 34136000, 34113200

3)Quantity or scope:
A full specification will be provided at the Tender stage.
Lot No: 4 Lot title: Small Van
1)Short description:
Supply & Delivery of small vans
2)Common procurement vocabulary (CPV)

34100000, 34136000

3)Quantity or scope:
A full specification will be provided at the Tender stage.
Lot No: 5 Lot title: Light Van
1)Short description:
Supply & Delivery of Light Vans
2)Common procurement vocabulary (CPV)

34100000, 34136000, 34136100

3)Quantity or scope:
A full specification will be provided at the Tender stage.
Lot No: 6 Lot title: Medium Van
1)Short description:
Supply & delivery of medium vans
2)Common procurement vocabulary (CPV)

34100000, 34136000

3)Quantity or scope:
A full specification will be provided at the Tender stage.
Lot No: 7 Lot title: Large Van
1)Short description:
Supply & Delivery of large vans
2)Common procurement vocabulary (CPV)

34100000, 34136000

3)Quantity or scope:
A full specification will be provided at the Tender stage.
Lot No: 8 Lot title: 4x4 vehicles
1)Short description:
Supply & Delivery of 4x4 vehicles
2)Common procurement vocabulary (CPV)

34100000, 34131000, 34113000

3)Quantity or scope:
A full specification will be provided at the Tender stage.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
This will be identified in the Pre-Qualification Questionairre
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be identified in the Invitation to Tender document
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: This will be identified in the Pre-Qualification Questionairre
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: This will be identified in the Pre-Qualification Questionairre
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: This will be identified in the Pre-Qualification Questionairre
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
TT110330
IV.3.2)Previous publication(s) concerning the same contract

Periodic indicative notice

Notice number in the OJEU: 2013/S 112-192148 of 12.6.2013

IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 26.7.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
26.7.2013
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.6.2013