web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Newcastle upon Tyne: Heavy-duty motor vehicles

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 174-355957/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: The Association of North East Councils Limited trading as the North East Procurement Organisation
Postal address: Guildhall, Quayside
Town: Newcastle upon Tyne
Postal code: NE1 3AF
Country: United Kingdom
Telephone: +44 1912613918
Email: keith.lamb@nepo.org
Internet address(es):
Main address: www.nepo.org
Official name: Darlington Borough Council
Postal address: Town Hall, Feethams
Town: Darlington
Postal code: DL1 5QT
Country: United Kingdom
Email: customerservices@darlington.gov.uk
Internet address(es):
Main address: www.darlington.gov.uk
Official name: Durham County Council
Postal address: County Hall
Town: Durham
Postal code: DH1 5UL
Country: United Kingdom
Email: help@durham.gov.uk
Internet address(es):
Main address: www.durham.gov.uk
Official name: Gateshead Metropolitan Borough Council
Postal address: Civic Centre, Regent Terrace
Town: Gateshead
Postal code: NE8 1HH
Country: United Kingdom
Email: customerservices@gateshead.gov.uk
Internet address(es):
Main address: www.gateshead.gov.uk
Official name: Hartlepool Borough Council
Postal address: Civic Centre, Victoria Road
Town: Hartlepool
Postal code: TS24 8AY
Country: United Kingdom
Email: customer.service@hartlepool.gov.uk
Internet address(es):
Main address: www.hartlepool.gov.uk
Official name: Newcastle City Council
Postal address: Civic Centre, Barras Bridge
Town: Newcastle upon Tyne
Postal code: NE1 7RS
Country: United Kingdom
Email: csc@newcastle.gov.uk
Internet address(es):
Main address: www.newcastle.gov.uk
Official name: North Tyneside Council
Postal address: Quadrant, The Silverlink North, Cobalt Business Park
Town: Silverlink
Postal code: NE27 0BY
Country: United Kingdom
Email: contact.us@northtyneside.gov.uk
Internet address(es):
Main address:
Official name: Redcar and Cleveland Borough Council
Postal address: Redcar and Cleveland House, Kirkleatham Street
Town: Redcar
Postal code: TS10 1RT
Country: United Kingdom
Email: contactus@redcar-cleveland.gov.uk
Internet address(es):
Main address: www.redcar-cleveland.gov.uk
Official name: South Tyneside Council
Postal address: Town Hall and Civic Offices, Westoe Road
Town: South Shields
Postal code: NE33 2RL
Country: United Kingdom
Email: customerhelp@southtyneside.gov.uk
Internet address(es):
Main address: www.southtyneside.gov.uk
Official name: Stockton-on-Tees Borough Council
Postal address: Municipal Buildings, Church Road
Town: Stockton-on-Tees
Postal code: TS18 1LD
Country: United Kingdom
Email: customer.comments@stockton.gov.uk
Internet address(es):
Main address: www.stockton.gov.uk
Official name: Sunderland City Council
Postal address: Civic Centre, Burdon Road
Town: Sunderland
Postal code: SR2 7DN
Country: United Kingdom
Email: enquiries@sunderland.gov.uk
Internet address(es):
Main address: www.sunderland.gov.uk
Official name: Middlesbrough Borough Council
Postal address: Civic Centre, Albert Road
Town: Middlesbrough
Postal code: TS1 9FX
Country: United Kingdom
Email: contactcentre@middlesbrough.gov.uk
Internet address(es):
Main address: www.middlesbrough.gov.uk

I.2) Joint Procurement:
The contract involves joint procurement
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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: NEPO224 and TPPL Heavy Goods Vehicle Framework.

Reference number: NEPO224
II.1.2) Main CPV code: 34140000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Association of North East Councils Limited trading as the North East Procurement Organisation invites tenders for organisations to participate in a 48 month Agreement for the supply of Heavy Goods Vehicles (HGVs), including converted/unconverted chassis on a purchase or lease basis. The Agreement will be used by NEPO, and may also be used by all Local Authorities and other contracting authorities located in the United Kingdom.
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from
The Agreement is also available to all members and associate members of the North East Procurement Organisation (NEPO). A list of members of NEPO is available here and a full list of associate members is available here
II.1.5) Estimated total value:
Value excluding VAT: 220000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: OEM Chassis 12.5t — 44t including spare parts and maintenance contracts

Lot No:1
II.2.2) Additional CPV code(s)
34139000, 34140000, 34130000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Lot 1: Vehicle Chassis 12.5 t — 44 t including spare parts and maintenance contracts. Chassis supplied to be both converted and unconverted operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels. This Lot is for the purchase of either unconverted chassis or converted chassis from the Original Equipment Manufacturer (OEM), who can supply direct, or via any of their franchise dealerships.
Chassis to be supplied under this Lot include day and sleeper cabs of various wheelbases that are acceptable for conversion with body types including but not limited to: tippers, dropside, flat, beavertail, curtain-side, box, Luton, refuse collection, bin lifts and recycling bodies, gritter, snowplough and auger spreaders, tanker, gully emptier, aerial platforms, hook loader and demountable body systems, jetter, cranes, mobile library and offices, vehicle and plant recovery, street lighting and highway maintenance bodies, and any other body type an Eligible Body may require. The Lot will also include the options to offer spare parts and maintenance contract services.
If a converted vehicle is required under this Lot, the converter may either be nominated by the Eligible Body or the OEM will use their preferred converter. For clarity, purchases from this Lot will be made from OEMs of chassis (unconverted/converted) that have been appointed to the framework in this Lot.
Within Lot 1, Eligible Bodies can nominate their preferred converter(s) for use by the successful OEM manufacturers/franchise dealer when supplying converted vehicle chassis. In these circumstances, the OEM manufacturer or OEM nominated franchise dealership is liable for the vehicle(s) ordered until delivered and signed for by the Eligible Body. For clarity, for all purchases made within Lot 1 the invoice and contractual relationship remains between the Eligible Body and the successful OEM manufacturer or the OEM nominated franchise dealership.
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: 90000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The framework will be renewed in 4 years.

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
II.2.14) Additional information: Vehicle types and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).

II.2.1) Title: Vehicle Conversions up to 44 t including spare parts and maintenance contracts

Lot No:2
II.2.2) Additional CPV code(s)
34140000, 34130000, 34139000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Lot 2: Vehicle Conversions up to 44 t. This Lot is for the purchase of converted chassis from the converters appointed to the framework. Eligible Bodies can if they choose to, nominate a preferred chassis for conversion. Alternatively, where the Eligible Body owns an existing chassis, they can pay for the body only for the purpose of mounting on an existing chassis. Converters can make available for sale ex-demonstration vehicles to Eligible Bodies within this Lot.
Body type conversions to include but not limited to: tippers, dropside, flat, beavertail, curtain-side, box, Luton, refuse collection, bin lifts and recycling bodies, gritter, snowplough and auger spreaders, tanker, gully emptier, aerial platforms, hook loader and demountable body systems, jetter, cranes, mobile library and offices, vehicle and plant recovery, street lighting and highway maintenance bodies, and any other body type an Eligible Bodies may require. The Lot will also include the options to offer spare parts and maintenance contract services.
Within Lot 2, Eligible Bodies can nominate their preferred chassis for use by the successful vehicle converter when supplying body type conversions. In these circumstances, the vehicle converter is liable for the vehicle(s) ordered until delivered and signed for by the Eligible Body. For clarity, for all purchases made within Lot 2 the invoice and contractual relationship remains between the Eligible Body and the successful vehicle converter.
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: 90000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The framework will be renewed in 4 years.

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
II.2.14) Additional information: Vehicle types and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).

II.2.1) Title: Contract Hire of Heavy Goods Vehicles, 12.5 t and above

Lot No:3
II.2.2) Additional CPV code(s)
34140000,
Supplementary CPV code: PA0234130000
Supplementary CPV code: PA02

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Lot 3: Contract Hire of Heavy Goods Vehicles and includes for vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuel. Types of HGVs to be hired includes, but is not limited to the full range of vehicle categories and sizes covered in Lots 1 and 2 but also any other heavy goods, specialist and municipal vehicles exceeding 12.5 t.
Within Lot 3 Eligible Bodies can nominate through mini-competition their preferred ancillary service providers, including maintenance provision. Vehicles hired under Lot 3 may require extras to be fitted to the vehicles, including, tracking devices, Bluetooth kits, tool boxes and livery. These will be identified through mini-competitions and may result in some marks/holes upon the vehicles dependent on the nature of the extras to be fitted by the Eligible Body.
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: 25000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The framework will be renewed in 4 years.

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
II.2.14) Additional information: Vehicle types and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).

II.2.1) Title: Contract Hire of Buses, 5-75 seats

Lot No:4
II.2.2) Additional CPV code(s)
34115200,
Supplementary CPV code: PA0234120000
Supplementary CPV code: PA02

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
Lot 4: Contract Hire of minibuses, coaches, double-decked and articulated buses with 5 — 75 seats (including accessible vehicles) and includes for vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuel. Vehicles may be coach-built, OEM standard or van-based conversions.
Within Lot 3 Eligible Bodies can nominate through mini-competition their preferred ancillary service providers, including maintenance provision. Vehicles hired under Lot 3 may require extras to be fitted to the vehicles, including, tracking devices, Bluetooth kits, tool boxes and livery. These will be identified through mini-competitions and may result in some marks/holes upon the vehicles dependent on the nature of the extras to be fitted by the Eligible Body.
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: 15000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The framework will be renewed in 4 years.

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
II.2.14) Additional information: Vehicle types and associated services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).

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 stated in the procurement documents.
III.1.2) Economic and financial standing
List and brief description of selection criteria: As stated in the procurement documents.
Minimum level(s) of standards possibly required: As stated in the procurement documents.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: As stated in the procurement documents.

Minimum level(s) of standards possibly required:As stated in the procurement documents.

III.2.2) Contract performance conditions: As stated in the procurement documents.

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 several operators
IV.1.8) Information about the 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: 2017-10-09 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:36(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-10-09 Local time: 14:00 Place:Gateshead Council Legal Services.

Information about authorised persons and opening procedure:Authorised NEPO and TPPL officers, opening conducted via the Proactis tender system.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:48 months from publication of this contract notice.
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. NEPO intends to make the resulting agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above supplies.
The following links provide an opportunity to search for local authorities in England, with further links to search for local authorities in Wales, Scotland and Northern Ireland:

The Agreement may also be used by all other Eligible Bodies within the UK, including but not limited to the following definable groups of contracting authorities:

The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from
The Agreement is also available to all members and associate members of the North East Procurement Organisation (NEPO). A list of members of NEPO is available here and a full list of associate members is available here
NEPO considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:

GO Reference: GO-201798-PRO-10981340.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The Association of North East Councils Limited trading as the North East Procurement Organisation
Postal address: Guildhall, Quayside
Town: Newcastle upon Tyne
Postal code: NE1 3AF
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
NEPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed / signed.
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.

VI.5) Date of dispatch of this notice:2017-09-08