web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: Vans

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 041-074598/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Choice Housing Ireland Limited (and its subsidiaries)
Postal address: 37-41 May Street
Town: Belfast
Postal code: BT1 4DN
Country: United Kingdom
Contact Person: Procurement Manager — Kiara Dryden
Telephone: +44 2890441317
Email: contracts@choice-housing.org
Nuts code: UKN
Internet address(es):
Main address:

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.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Choice Services Fleet Vehicle Leasing Tender.

Reference number: PRN815
II.1.2) Main CPV code: 34136000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Choice Housing Limited on behalf of Choice Services wish to procure a van leasing contract. The Associations requirement is for the maintenance inclusive lease supply of 23 No vans. The price will be for ‘on the road’ delivery, inclusive of number plates, VAT, any other first DVLA requirements and all other extras specified.
II.1.5) Estimated total value:
Value excluding VAT: 250000.00 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)
50111000, 34136200

II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement:
There are 23 No vans to be supplied on a maintenance inclusive lease contract in 3 size categories:
Type A: Load Capacity 4-5.5m3; Short wheelbase; 10 No — typically for use by electrical and plumbing trades;
Type B: Load Capacity 5-7 m3; Long wheelbase; 11 No — typically for use by joiners and roofers;
Type C: Load capacity 1-3 m3; 2 No — suitable for supervisors use.
Contracted annual mileage: 20 000 miles.
Engine Type: The preferred engine will be 1.6 — 2.5 diesel turbo but should not exceed 120 PS.
Security: A Thatcham Cat 1 Perimeter alarm system will be fitted.
Communication: Blue tooth connectivity is required.
Colour: The required colour is White (but note requirements for applying decals/livery as set out below).
Decals/Livery: The successful supplier will allow a PC sum for the supply and fitting of Choice Services decals/livery. The branding designs are attached to this ITT for information and the decals/livery will be fitted by the supplier prior to delivery of the vehicles. Note: The vehicles shown in the branding photos are used for example only and should not be construed as a requirement by the Authority.
Trim: The interior rear of the van, floor and walls and door backs, to be trimmed with ply or other smooth faced board.
Audio: An embedded stereo radio is required.
Roof Rack: A roof/ladder rack is required on all vans.
Tow Bar: All vans will require a tow bar to be fitted.
Tracking System: The successful supplier will ensure that all vans supplied are fitted with a tracking device that will allow cloud-based access by the Authority to monitor the vans usage. Any monthly/annual charges for the service, along with a comprehensive training session for staff must be included within your quotation.
Vehicle maintenance: Maintenance will be carried out according to the manufacturer’s recommended schedule or more frequently if the supplier deems it to be necessary. When maintenance is being carried out a temporary vehicle of similar standard will be provided by the supplier.
Delivery: Tenderers must indicate a firm delivery date based on number of weeks required from award of contract.
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: 250000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to 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 yes
Description of options: Potential option of an additional 12 vehicles at end of year 1 at Associations discretion.

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 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:To be detailed in the procurement documents.
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

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-04-03 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 tenders
Date: 2017-04-03 Local time: 15:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
The cost of responding to the ITT and any subsequent tender information and/or participation exercise in the procurement process generally will be borne solely by the economic operator participating. A Memorandum of Information and ITT is available in respect of the project referred to in Section I) above. Economic operators should note that the Contracting Authority reserves the right to cancel this procurement process at any stage. Any expenditure, work or effort undertaken prior to the contract award is at the sole risk of the economic operator participating in this procurement process. All discussions and correspondence will be deemed strictly ‘Subject to Contract’ until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of the parties. Any date given in Section IV) above is a best estimate at the time of dispatch. The Contracting Authority reserves the right to extend any such date. Neither the publication of this Notice nor the employment of any particular terminology or any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by Directive 2014/24/EU of the European Parliament and of the Council of the European Parliament and of the Council (as Amended) as implemented by the Public Contracts Regulations 2015 as amended.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-02-25