Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 18th Feb 2025
Reference | ocds-h6vhtk-04e329 |
Common Procurement Vocabulary | Fleet management, repair and maintenance services |
Procurement Method | Open procedure |
Value | £1,500,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 18th Feb 2025
Reference | ocds-h6vhtk-04e329 |
Common Procurement Vocabulary | Fleet management, repair and maintenance services |
Procurement Method | Open procedure |
Value | £1,500,000 |
Section I: Contracting authority
I.1) Name and addresses
Pobl Group Ltd
Pobl House, Phoenix Way
Swansea
SA7 9EQ
procurement.helpdesk [at] poblgroup.co.uk
Telephone
+44 1792460609
Country
United Kingdom
NUTS code
UKL18 - Swansea
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a 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
Other type
RSL
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply of Vehicles, Maintenance and Tracking
Reference number
PROC0255
II.1.2) Main CPV code
- 50111000 - Fleet management, repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
The Group intends to establish a Contract with suitably qualified and experienced Supplier for the Supply of Vehicles, Maintenance & Tracking based on the Most Economically Advantageous Tender.
II.1.5) Estimated total value
Value excluding VAT: £1,500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50111100 - Vehicle-fleet management services
- 50111110 - Vehicle-fleet-support services
II.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Swansea and Cwmbran
II.2.4) Description of the procurement
The Group intends to establish a Contract with suitably qualified and experienced Supplier for the Supply of Vehicles based on the Most Economically Advantageous Tender.
II.2.5) Award criteria
Quality criterion - Name: Number & Type of Vehicles / Weighting: 6
Quality criterion - Name: Safety Procedures / Weighting: 6
Quality criterion - Name: Management of Servicing / Weighting: 6
Quality criterion - Name: Account Management / Weighting: 6
Quality criterion - Name: Added Value / Weighting: 6
Price - Weighting: 70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Three (3) Years with the option to extend for and additional three (3) years (3+3)
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
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
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
1 April 2025
Local time
2:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
1 April 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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
(WA Ref:148242)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom