Construction Contract Leads
North West
Category Goods
Type
No. of Lots 1
Status Active
Published 18th Feb 2025
Reference | ocds-h6vhtk-04e344 |
Common Procurement Vocabulary | Transport equipment and auxiliary products to transportation |
Procurement Method | Open procedure |
Value | £1,650,000 |
North West
Category Goods
Type
No. of Lots 1
Status Active
Published 18th Feb 2025
Reference | ocds-h6vhtk-04e344 |
Common Procurement Vocabulary | Transport equipment and auxiliary products to transportation |
Procurement Method | Open procedure |
Value | £1,650,000 |
Section I: Contracting authority
I.1) Name and addresses
Livv Maintenance (part of Livv Housing Group)
Lakeview, Kings Business Park
Prescot
L34 1PJ
Contact
Mrs Claire Paton
tenders [at] cirruspurchasing.co.uk
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
Buyer's 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 electronically via
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
Fleet Contract Hire
Reference number
DN763500
II.1.2) Main CPV code
- 34000000 - Transport equipment and auxiliary products to transportation
II.1.3) Type of contract
Supplies
II.1.4) Short description
Livv Maintenance (part of Livv Housing Group) is seeking bids from suppliers for the supply of approximately 110-120 vehicles on a contract hire basis to replace the current fleet of vehicles used by the in-house maintenance team.
II.1.5) Estimated total value
Value excluding VAT: £1,650,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 34136000 - Vans
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
II.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Livv Maintenance operate in a tight geographical area, primarily in the borough of Knowsley. As a result, annual mileage per vehicle is therefore minimal; expected to be approximately 7,000 miles.
All vehicles are expected to be delivered (and maintained, if required) within the North West of England.
II.2.4) Description of the procurement
Livv Maintenance (part of Livv Housing Group) is seeking bids from suppliers for the supply of approximately 110-120 vehicles on a contract hire basis to replace the current fleet of vehicles used by the in-house maintenance team.
The outcome of the tender process will be a single contract with one supplier. The contract will be for an initial 5 years with one option to extend by a further 12 months, up to a maximum 6 years total contract term, subject to Livv Maintenance requirements and the performance of the successful supplier. The anticipated commencement date is estimated to be during April 2025, with the first vehicles delivered Summer 2025.
The anticipated quantities of each vehicle initially required are included within the Contract Hire Specification document included within the Supporting Information folder of this tender. The Group reserve the right to submit additional orders throughout the life of contract for additional vehicles on a contract hire basis. Any additional orders will have shorter contract durations to allow for contract expiry in line with this contract duration.
All values and quantities are for information only, and no guarantees are given, nor are implied as to the value or quantity of business that will be placed with the successful supplier. The Group accepts no liability for any inaccuracies in the estimates provided. The Group reserves the right to vary the volume of work or amend the required services during the life of the contract.
The provision of vehicle maintenance services is not guaranteed as part of the required service under this ITT. Suppliers are able to submit a maintenance offering as part of their tender submission. In the event that the successful supplier’s maintenance offering meets the needs of the Group in a cost-effective way, the Group reserves the right to award on a supply and maintenance basis. It is expected that the vehicle maintenance services, will be required primarily in Knowsley however to meet the operational needs of the business wider coverage will be required across North West England. The estimated value of the contract advertised as part of this tender process is inclusive of maintenance.
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: £1,650,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
The contract will be for an initial 5 years with one option to extend by a further 12 months, up to a maximum 6 years total contract term, subject to Livv Maintenance requirements and the performance of the successful supplier.
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
Bids must be submitted via the Livv Maintenance Proactis tender portal only.
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
Any supplier may be disqualified who has been convicted of:
(a) conspiracy within the meaning of Section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);
(b) corruption within the meaning of Section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or Section 1 of the Prevention of Corruption Act 1906(e),
(c) the common law offence of bribery;
(d) bribery within the meaning of Sections 1, 2 or 6 of the Bribery Act 2010(f), or Section 113 of the Representation of the People Act 1983(g);
(e) where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):
(i) the common law offence of cheating the Revenue;
(ii) the common law offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);
(iv) fraudulent trading within the meaning of Section 458 of the Companies Act 1985(m), Article 451 of the Companies (Northern Ireland) Order 1986(n) or Section 993 of the Companies Act 2006(o);
(v) fraudulent evasion within the meaning of Section 170 of the Customs and Excise Management Act 1979(p) or Section 72 of the Value-Added Tax Act 1994(q);
(vi) an offence in connection with taxation in the European Union within the meaning of Section 71 of the Criminal Justice Act 1993(r);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of Section 20 of the Theft Act 1968(s) or Section 19 of the Theft Act (Northern Ireland) 1969(t);
(viii) fraud within the meaning of Section 2, 3 or 4 of the Fraud Act 2006(u); or
(ix) the possession of articles for use in frauds within the meaning of Section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of Section 7 of that Act;
(f) any offence listed:
(i) in Section 41 of the Counter Terrorism Act 2008(a); or
(ii) in Schedule 2 to that act where the court has determined that there is a terrorist connection;
(g) any offence under Sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) money laundering within the meaning of Sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);
(i) an offence in connection with the proceeds of criminal conduct within the meaning of Section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or Article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);
(j) an offence under Section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f));
(k) an offence under Section 59A of the Sexual Offences Act 2003(g);
(l) an offence under Section 71 of the Coroners and Justice Act 2009(h);
(m) an offence in connection with the proceeds of drug trafficking within the meaning of Section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:
(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) created, after the day on which these regulations were made, in the law of England and Wales or Northern Ireland.
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: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
21 March 2025
Local time
12:05pm
Information about authorised persons and opening procedure
Tender opening to be conducted by Livv Housing Group and/or their authorised agents only.
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: February 2031 if option to extend is taken, or such earlier time as required to meet the needs of the organisation.
VI.3) Additional information
The contract will be available to the following, such that each of the following will be entitled to purchase services from the successful service provider at the discretion of Livv Housing Group:
- Livv Maintenance Limited
- Livv Housing Group and all subsidiary undertakings, both current and future
- All parts of any current or future group structure of which Livv Housing Group is, or may become, a part
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this Contract Notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).