web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Horley: Supply and delivery of light commercial vehicles

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-011012/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Type of bid required: Global bid

Dynamic purchasing system
Supplies

Section I: Contracting entity
I.1) Name and addresses
Official name: Southern Gas Networks plc
Postal address: St Lawrence House,, Station Approach
Town: Horley
Postal code: RH6 9HJ
Country: United Kingdom
Contact Person: Diane Pirie
Telephone: +44 1313654112
Email: Diane.pirie@sgn.co.uk
Internet address(es):
Main address: www.sgn.co.uk
Official name: Scotland Gas Networks plc
Postal address: Axis House
Town: Edinburgh
Postal code: EH
Country: United Kingdom
Contact Person: Diane Pirie
Email: diane.pirie@sgn.uk
Internet address(es):
Main address: www.sgn.co.uk

I.2) Joint Procurement:
The contract involves joint procurement
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
to the above mentioned address
I.6) Main activity:
Production, transport and distribution of gas and heat

Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Supply and delivery of light commercial vehicles
II.1.2) Main CPV code: 34136100 Supplementary CPV code: MA11
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
Scotland Gas Networks plc (“ScGN & SoGN”) and Southern Gas Networks plc (SoGN)ScGN & SoGN are a gas distribution utility regulated by the Office of Gas and Electricity Markets (“Ofgem”). ScGN & SoGN and SoGN is seeking Suppliers/Manufacturers to assist in the delivery of the replacement fleet programme for light commercial vehicles.
The replacement programme covers the following fleet profile:
i.Double cab 4 x 4
ii.Small panel van, FWD
iii.Medium panel van, FWD
iv.Large panel van, FWD & RWD
v.Long wheelbase chassis base for drop side conversion
vi.Electric Commercial fleet options
vii.Commercial fleet with alternative fuel options
The intention is to establish a Dynamic Purchasing System (DPS) under which the vehicles will be procured.

II.1.5) Estimated total value
Value excluding VAT: 30000000 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots:no
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 34136000
Main CPV code: 34136200
Main CPV code: 34113000
Main CPV code: 34144700
Main CPV code: 34144900
Main CPV code: 34210000

II.2.3) Place of performance
Nuts code: Main site or place of performance:
SCOTLAND,SOUTH EAST (ENGLAND)

II.2.4) Description of the procurement:
”). ScGN & SoGN and SoGN is seeking Suppliers/Manufacturers to assist in the delivery of the replacement fleet programme for light commercial vehicles.
The replacement programme covers the following fleet profile:
i.Double cab 4 x 4
ii.Small panel van, FWD
iii.Medium panel van, FWD
iv.Large panel van, FWD & RWD
v.Long wheelbase chassis base for drop side conversion
vi.Electric Commercial fleet options
vii.Commercial fleet with alternative fuel options
The intention is to establish a Dynamic Purchasing System (DPS) under which the vehicles will be procured.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 30000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:48
This contract is subject to renewal: yes Description of renewals:
The DPS will be in place for a period of 4 years with an optional extension period of 12 months. Details of the renewal will be made available via Achilles UVDB and/or Find a Tender.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number:1
II.2.10) Information about variants
Variants will be accepted:yes
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: There will be no limit on the number of candidates who achieve the criteria set out in the PQQ. All Applicants approved onto the DPS will be invited to participate in all mini competitions.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:Applicants are required to complete and submit the online PQQ and meet the minimum selection requirements. Those who meet the minimum requirements will be approved onto the DPS. Details for accessing the DPS can be found a VI.3.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made by BACS.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
SGN will accept expressions of interest and tenders from single entities or consortia. SGN does not require those consortia who intend to form a single legal entity to do so at the prequalification stage. SGN will consider contracting with a consortium, providing always that the participants in any joint venture are jointly and severally liable for all of the obligations of the supplier under the framework agreement.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
The procurement involves the setting up of a dynamic purchasing system
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:2022-05-18
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:yes
Estimated timing for further notices to be published:
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:SGN reserves the right to disqualify any economic operator who:
-Provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by this contract notice or by the PQQ a, or as otherwise required by SGN during the award process; or
-Fails by reference to Regulation 80 of the UK Utilities Contract Regulations 2016 any one or more of the criteria detailed in Regulation 57 of the UK Public Contracts Regulations 2015.
SGN reserves the right to require the submission of any additional, supplementary or clarification information as it may, in its absolute discretion, consider appropriate.
Suppliers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this notice and any prequalification questionnaire and with submitting any tender, howsoever incurred.
Suppliers can request to participate in the DPS at any point during the 4 year period and it is anticipated that the first mini competition will be issued May 22.
For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

GO Reference: GO-2022428-PRO-20046256

VI.4) Procedures for review
VI.4.1) Review body
Official name: TBC
Town: tbc
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:SGN will incorporate a standstill period of a minimum of ten (10) calendar days at the point that information on the award of the framework agreement and the reasons for the decision is communicated to suppliers.

VI.5) Date of dispatch of this notice:
2022-04-28