Awarded contract

Vehicle Leasing & Associated Services

  • Procurement for Housing

F03: Contract award notice

Notice reference: 2022/S 000-003264

Published 4 February 2022, 1:35pm



Section one: Contracting authority

one.1) Name and addresses

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue

Birchwood, Warrington

WA2 0YL

Email

itaylor@pfh.co.uk

Telephone

+44 8458645100

Fax

+44 8458645115

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.procurementforhousing.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vehicle Leasing & Associated Services

Reference number

TS/05-21/VLAS

two.1.2) Main CPV code

  • 50111100 - Vehicle-fleet management services

two.1.3) Type of contract

Services

two.1.4) Short description

Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, spend analyses, strategy reviews, consolidated billing and comprehensive reporting.

PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37

PfH has tendered for a framework agreement for Vehicle Leasing and Associated Services. Tenders were invited from suitably experienced organisations that could provide the range of services and meet the minimum selection criteria as set out in the tender documents.

The Framework will be awarded for an initial period of 4 years

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £50,000,000

two.2) Description

two.2.1) Title

Racking and Conversion

Lot No

2

two.2.2) Additional CPV code(s)

  • 34328200 - Vehicle conversion kits
  • 50117000 - Vehicle conversion and reconditioning services
  • 50117100 - Motor vehicle conversion services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This will include but is not limited to the provision of computer aided drawings (CAD) design, manufacture, supply, fit/installation of new

racking and/or conversion of existing racking by removing from existing vehicles to another vehicle. Service, maintenance and repair of

racking, ensuring racking complies with Health & Safety regulations and meets any other necessary regulatory compliance.

The provision of racking and associated services may also need to incorporate but not be limited to;

-Racking/conversion consultancy services;

-Bespoke conversions;

-Roof racks;

-Glass racks;

-Roof ladders;

-Spray lining;

-Livery

-Lighting technology;

-Bulkheads;

-Plylining;

-Towbars;

-Electric steps;

-Night heaters;

-Fuel heaters;

-Handwash units

Suppliers will be expected to supply the whole of the UK

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Telematics

Lot No

3

two.2.2) Additional CPV code(s)

  • 32441300 - Telematics system
  • 64226000 - Telematics services
  • 38112100 - Global navigation and positioning systems (GPS or equivalent)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This will include but is not limited to

-the provision, installation and on-going management of GPS navigation

-integrated hands-free phone,

-wireless safety communications,

-automatic driving assistance systems,

-fleet reporting tools,

-vehicle tracking,

driving style management,

--fleet management and fuel management and ensuring that all equipment complies with current Health & Safety regulations and meets any other necessary regulatory compliance.

The provision of telematics services may also need to incorporate but not be limited to;

-Satellite navigation;

-Real-time tracking devices & software;

-Bluetooth kits;

-Parking aids, sensors;

-Reversing cameras;

-Dashboard cameras;

-Panic buttons;

-Mobile handsfree kits;

-CCTV (e.g. within rear space of vehicle);

-Driver style technology & software;

-Online web portals for fleet managers – standard & bespoke;

-Mobile applications for fleet managers;

-Hard wired units;

-Plug-in units;

-Driver ID;

-Data archive 6/12 months data;

-Configurable dashboards;

-Driver feedback (alerts);

-Navigation with messaging functionality;

-Back office systems integration;

-Driver behavioural systems.

Suppliers will be expected to cover the whole of the UK

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Vehicle Leasing

Lot No

1

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services
  • 50111110 - Vehicle-fleet-support services
  • 50111100 - Vehicle-fleet management services
  • 34100000 - Motor vehicles
  • 34114000 - Specialist vehicles
  • 32441300 - Telematics system
  • 64226000 - Telematics services
  • 39151100 - Racking
  • 34328200 - Vehicle conversion kits
  • 50117000 - Vehicle conversion and reconditioning services
  • 50117100 - Motor vehicle conversion services
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118100 - Breakdown and recovery services for cars
  • 34144900 - Electric vehicles
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50112110 - Body-repair services for vehicles
  • 50112200 - Car maintenance services
  • 50112120 - Windscreen replacement services
  • 50116500 - Tyre repair services, including fitting and balancing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This will include as a minimum the provision of the lease/contract hire of cars and commercial vehicles of up to 12.5 tonnes including but

not limited to electric, petrol, diesel, hybrid and hydrogen vehicles.

Leases/contract hire services may also need to incorporate but not be limited to:

-Advising on vehicle specifications and recommendations

-Grant/funding options, e.g. annual/quarterly/months in advance or quarterly/monthly in arrears, sale & leaseback etc.

-Road fund licence

-First registration

-Delivery and collection

-Service, maintenance and repair

-MOT management

-Breakdown cover

-Relief vehicle / courtesy cars / pre-contract vehicles

-Livery

-Racking

-Telematics

-Insurance database management

-Accident and claims management

-Glass replacement services

-Tyre replacement services

-Winter Tyres (fit & storage)

-Traffic offence management

-Fuel cards

-Driver licence verification

-Cherished transfers

-Daily rental.

This will allow end to end implementation of fully managed vehicle fleet solutions.

Suppliers will be expected to deliver services to the whole of the UK

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-012011


Section five. Award of contract

Lot No

1

Title

Vehicle Leasing

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 December 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

LeasePlan UK Limited

165 Bath Road, Slough

Berkshire

SL1 4AA

Telephone

+44 1753802000

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Venson Automotive Solutions Ltd

Venson House 1 AC Court , High Street

Thames Ditton

KT7 0SR

Telephone

+44 2083391400

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

ARI Fleet UK

Methuen Park

Chippenham

SN14 0GX

Telephone

+44 7583060609

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Rivus Fleet Solutions

4520 Solihull Parkway, Birmingham Business Park

West Midlands

B377YN

Telephone

+44 7917020284

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

KINTO UK Ltd

Haven House, Compass Road

Portsmouth

PO6 4RP

Telephone

+44 8701914444

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000,000

Total value of the contract/lot: £50,000,000


Section five. Award of contract

Lot No

2

Title

Racking and Conversion

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 December 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

MIS Conversions Ltd

MIS Conversions Ltd, Sandall Stones Rd,

Doncaster

DN3 1QR

Telephone

+44 7590441996

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Bott Ltd

9 Tournament Way, Ivanhoe Ind Estate

Ashby De La Zouch

LE65 2UU

Telephone

+44 1530410622

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Sortimo International

11-17 Ravenhurst Court, Birchwood

Warrington

WA3 6PN

Telephone

+44 1925831636

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Venson Automotive Solutions Ltd

Venson House 1 AC Court , High Street

Thames Ditton

KT7 0SR

Telephone

+44 2083391400

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

TGS (UK) LTD

Woodpecker House, Balaclava Rd, Fishponds

Bristol

BS16 3LJ

Telephone

+44 1179659965

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000,000

Total value of the contract/lot: £50,000,000


Section five. Award of contract

Lot No

3

Title

Telematics

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 December 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Innovative Safety Systems

Unit 19 Keytec 7 Business Park

pershore

wr10 2ta

Telephone

+44 7769170527

Country

United Kingdom

NUTS code
  • UKG12 - Worcestershire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

RAC Motoring Services

RAC House, Brockhurst Crescent

Walsall

WS5 4AW

Telephone

+44 7966601704

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Quartix Limited

Chapel Offices, Park Street

Newtown

SY16 1EE

Telephone

+44 7826915219

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

UK Telematics

Blackwood Business Park, Ash Road South, Wrexham Industrial Estate

Wrexham

LL13 9UG

Telephone

+44 1978665900

Country

United Kingdom

NUTS code
  • UKL13 - Conwy and Denbighshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000,000

Total value of the contract/lot: £50,000,000


Section six. Complementary information

six.3) Additional information

This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; Any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations And any other contracting authority listed on the following page of the PfH website

http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222472.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:225287)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit