Opportunity

Services-Framework-Vehicle Leasing and Hire Services

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice reference: 2021/S 000-004925

Published 11 March 2021, 11:20am



The closing date and time has been changed to:

30 April 2021, 3:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Cara Gaskell

Email

RegulatoryProcurementTeam@uuplc.co.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

National registration number

02366678

Internet address(es)

Main address

http://www.unitedutilities.com

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37059&B=UNITEDUTILITIES

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37059&B=UNITEDUTILITIES

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Services-Framework-Vehicle Leasing and Hire Services

Reference number

PRO004433

two.1.2) Main CPV code

  • 60170000 - Hire of passenger transport vehicles with driver

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework Agreement is for the supply and delivery of leased and hired vehicles to be delivered to any location in the UK but predominantly the North West of England. There will be three lots, with a single winning bidder for each lot. Lot 1 – Company Car Leasing, Lot 2 – Salary Sacrifice EV Cars, Lot 3 Flexible Hire of Commercial Vehicles. The requirement includes maintenance (including tyres), fleet management and breakdown services.

two.1.5) Estimated total value

Value excluding VAT: £32,896,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1 Services-Framework-Vehicle Leasing and Hire Services Company Car Leasing Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services
  • 50111100 - Vehicle-fleet management services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

The supply and delivery of vehicles to be leased as company cars to any location in the UK. The vehicles will be leased on a 3 year, estimated 15,000 miles p.a. basis.

Contract leasing, including:

Full administration facilitated through a dedicated account manager

Breakdown cover including roadside assistance 24/7/365

A supplier ordering portal for drivers to use to select and order vehicles

A system for management of legacy supplier leases

Full warranty / warranty claims processing

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,720,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

For management purposes at ITN stage

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial 3 year term, with the option to extend for a further 5 years (extensions to be taken in yearly increments)

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

Lot 2 Services-Framework-Vehicle Leasing and Hire Services Salary Sacrifice EV Car Scheme

Lot No

2

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 50111100 - Vehicle-fleet management services
  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

The supply and delivery of salary sacrifice vehicles to be used for company and

personal use. Cars to any location in the UK The vehicles will be leased on a 2-4 year, estimated 15,000-20,000 miles p.a. basis. Contract leasing, including:

Full administration facilitated through a dedicated account manager

Breakdown cover including roadside assistance 24/7/365

A supplier ordering portal for drivers to use to select and order vehicles

A system for management of legacy supplier leases

Full warranty / warranty claims processing

Management reporting

Replacement vehicles to be provided when main vehicle is off the road for servicing and repair

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

For management purposes at ITN stage

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial 3 year term, with the option to extend for a further 5 years (extensions to be taken in yearly increments)

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

Lot 3 Services-Framework-Vehicle Leasing and Hire Services Flexible Hire for Commercial Vehicles

Lot No

3

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services
  • 50111100 - Vehicle-fleet management services
  • 66114000 - Financial leasing services
  • 60170000 - Hire of passenger transport vehicles with driver

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

The Company has a requirement for the flexible hire of commercial vehicles for business use. The requirement will be predominantly LCV vans although there will be requirements for HGV, Welfare units and Refrigeration Vehicles.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £22,176,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

For management purposes at ITN stage

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial 3 year term, with the option to extend for a further 5 years (extensions to be taken in yearly increments)

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 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

Please refer to procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to procurement documents

Minimum level(s) of standards possibly required

Please refer to procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to procurement documents

Minimum level(s) of standards possibly required

Please refer to procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2018/S 172-391329

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

13 April 2021

Local time

3:00pm

Changed to:

Date

30 April 2021

Local time

3:00pm

See the change notice.

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

City of Westminster

London

Country

United Kingdom