Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Vine Street
HUDDERSFIELD
HD16NT
Contact
Victoria Illingworth
victoria.illingworth@kirklees.gov.uk
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com/login.asp?B=YORTENDER
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com/login.asp?B=YORTENDER
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for the Provision of Vehicle Hire
Reference number
KMCTS-018
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
The Council of the Borough of Kirklees (the "Council") is conducting this procurement process using the open procedure in accordance with the Public Contracts Regulations 2015 ("PCR").
Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of various Vehicle Hire to any location within the administrative area of Kirklees Council.
The Council wish to form a Framework of approved Suppliers for the hire of various vehicles to cover locations within the Council's remit. The scope of the Services will form the basis for standard day to day "spot hire" and long-term hires depending on the Council's requirements.
The tender documents are available for interested suppliers to access from https://yortender.eu-supply.com/login.asp?B=YORTENDER
two.1.5) Estimated total value
Value excluding VAT: £8,800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34100000 - Motor vehicles
- 34200000 - Vehicle bodies, trailers or semi-trailers
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
Invitations to Tender will be advertised and managed through the regional procurement portal, which is available at the address set out in Section I.3 of this Notice (https://yortender.eu-supply.com/login.asp?B=YORTENDER).
Interested economic operators for the service must
express their interest in this opportunity via YORtender, by downloading the documentation and submitting their full tender response by the deadline detailed at Section lV.2.2 of this notice. Bidders should submit their Tender Submission Document and Pricing Schedule together by the deadline for initial tenders.
Bidders who fail to satisfy the minimum requirements stipulated in the SQ will be eliminated from the process and will not be subject to further evaluation.
Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of various Vehicle Hire to any location within the administrative area of Kirklees Council. The Council wish to form a Framework of approved Suppliers for the hire of various vehicles to cover locations within the Council's remit. The scope of the Services will form the basis for standard day to day "spot hire" and long-term hires depending on the Council's requirements.
The estimated value of the framework Services to be awarded is currently approximately £2.2m per annum, equating to £8.8m over the four (4) year Framework term. Please note, that these are current spend estimate figures. The Council's Transport Services Team are reviewing all hire vehicles within the Council with the view to reducing the number of vehicles they have on hire.
The anticipated commencement date for the Framework is 1st April 2023 for an initial period of 3 years with and option to extend for a further 1 year, up to 31st March 2027.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Contract Period: 01/04/2023 - 31-03-2026 with the option to extend for a further 12 month, until 31/03/2027
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015,
applicants will be assessed in accordance with the Public Contract Regulations 2015, on the
basis of information provided in response to the Selection Questionnaire.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 February 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 February 2023
Local time
1:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
i) To express an interest in this procurement please register at:
-https://yortender.eu-supply.com/login.asp?B=YORTENDER
ii) Expressions of interest must be submitted from the candidates' registered office address
by the deadline set out in IV2.2. above and in accordance with the instructions set out in the
Selection Questionnaire.
iii) The procurement timetable set out in the Procurement Documents is indicative only and
Kirklees Council reserves the right to change and/or amend it at their sole discretion.
iv) The estimates given in Section II.1.5 and II.2.5 of this Notice are strictly estimated values
only.
v) Furthermore, please note that estimates given in Section II.1.5 and II.2.5 of this Notice are
based on third party estimates and the principal contracting authority gives no warranty as to
the accuracy to said data.
vi) Right to Cancel - Kirklees Council reserves the right to discontinue the procurement
process at any time, which shall include the right not to award a contract and does not bind
itself to accept the lowest tender, or any tender received, and reserve the right to award the
contract in part, or to call for new tenders should it consider this necessary.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a
framework agreement), Regulation 87 (Standstill periods) and Chapter 6 (Applications to
Court) of the Public Contract Regulations 2015 (SI 2015/102), the contracting authority will
incorporate a minimum ten (10) calendar day standstill period at the point that information
on the award of the Contract is communicated to economic operators.
This period allows any unsuccessful economic operator(s) to seek further debriefing from
the contracting authority before the award (or non-award) of the Contract. Such additional
information can be requested from the address at Sections I.1 and I.3 of this Notice above.
If an appeal regarding the award (or non-award) of the Contract is not successfully resolved,
then the Regulations 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). Any such action must be started within thirty (30) days beginning with the date
when the aggrieved party first knew or sought to have grounds for starting the proceedings
had arisen. The Court may extend the time limited for starting proceedings where the Court
considers that there is a good reason for doing so, but not so as to permit proceedings to be
started more than three (3) months after that date. Where the Contract has not been
awarded, the Court may order the setting aside of the award decision or order the
contracting authority to amend any document and may award damages. If however the
Contract has been awarded, the Court may only award damages or, where the Contract
award procedures have not been followed correctly, declare the Contract to be ineffective.