Tender

Framework for the Provision of Vehicle Hire

  • Kirklees Council

F02: Contract notice

Notice identifier: 2023/S 000-001760

Procurement identifier (OCID): ocds-h6vhtk-039915

Published 19 January 2023, 5:43pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Vine Street

HUDDERSFIELD

HD16NT

Contact

Victoria Illingworth

Email

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

www.kirklees.gov.uk

Buyer's address

www.kirklees.gov.uk

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.