91ÃÛÌÒÊÓÆµ

Construction Tenders

07 May 2025

Related Information

Construction Contract Leads

North West

Category Goods

Type

No. of Lots 1

Status Active

Published 18th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e344
Common Procurement VocabularyTransport equipment and auxiliary products to transportation
Procurement MethodOpen procedure
Value£1,650,000
« Previous Page

North West

Category Goods

Type

No. of Lots 1

Status Active

Published 18th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e344
Common Procurement VocabularyTransport equipment and auxiliary products to transportation
Procurement MethodOpen 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

Email

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).