web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: Vans

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2017/S 210-435992/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Contract award 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 2890441327
Email: developmentprogramme@choice-housing.org
Internet address(es):
Main 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 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.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:250000.00
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 50111000
Main CPV code: 34136200

II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement
There are 23 vans to be supplied on a maintenance inclusive lease contract in 3 size categories:
Type A: Load Capacity 4-5.5 m3; Short wheelbase; 10 — typically for use by electrical and plumbing trades;
Type B: Load Capacity 5-7 m3; Long wheelbase; 11 — typically for use by joiners and roofers;
Type C: Load capacity 1-3 m3; 2 — 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
Quality criterion – Name: Quality/Weighting:30
Price – Weighting:70
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 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
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2017/S 041-074598
Section V: Award of contract
Title: Choice Services Fleet Vehicle Leasing Tender

A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2017-06-23
V.2.2) Information about tenders
Number of tenders received:9
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: DFC NI Ltd
Postal address: 19 Heron Road
Town: Belfast
Postal code: BT3 9LE
Country: United Kingdom
Nuts code:
The contractor is an SME no

V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 250000.00
Total value of the contract/lot:325920.00
Currency:GBP

Section VI: Complementary information
VI.3) Additional information:
After the tender process the number of vans required was changed from 23 to 25 to better reflect the business needs of Choice Services.
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:
2017-10-30