Awarded contract

Vehicle Lease, Fleet Management & Salary Sacrifice

  • Crown Commercial Service

F03: Contract award notice

Notice reference: 2023/S 000-006676

Published 8 March 2023, 7:50am



Section one: Contracting authority

one.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Contact

The Minister for the Cabinet Office acting through Crown Commercial Service

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UKC - North East (England)

Internet address(es)

Main address

www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vehicle Lease, Fleet Management & Salary Sacrifice

Reference number

RM6268

two.1.2) Main CPV code

  • 34100000 - Motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Crown Commercial Service (CCS) as the Authority has put in place a pan Government framework agreement for the provision of vehicle lease, fleet management and vehicle salary sacrifice car schemes to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education, Devolved Administrations, British Crown Dependencies and British Overseas Territories, nationalised industry, voluntary bodies, charities and private sector organisations procuring on behalf of these bodies.

This framework agreement has replaced the previous CCS agreement Vehicle Lease, Fleet Management and Flexible Rental Solutions Framework RM6096.

The scope of the framework covers the provision of lease vehicles up to 3.5 tonnes; the lease of specialist, commercial and municipal vehicles up to and including 7.5 tonnes (and over 7.5 tonnes); and the provision of independent fleet management services and salary sacrifice vehicle car schemes in the United Kingdom of Great Britain and Northern Ireland (UK).

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: £2,000,000,000

two.2) Description

two.2.1) Title

Lease of vehicles up to 3.5 tonnes

Lot No

1

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34100000 - Motor vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides the lease of passenger and light commercial vehicles up to 3.5 tonnes, including related lease management services and other associated services.

Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot although this is not a mandatory requirement.

The deliverables for Lot 1 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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.2.14) Additional information

A framework contract has been awarded to 17 suppliers.

two.2) Description

two.2.1) Title

Lease of specialist, commercial and municipal vehicles up but not including 7.5 tonnes

Lot No

2a

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34100000 - Motor vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides the lease of specialist, commercial and municipal vehicles up to and including 7.5 tonnes including related lease management services and other associated services.

Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot, although this is not a mandatory requirement.

The deliverables for Lot 2a are described within Attachment 1a - Framework

Schedule 1 (Specification) of the bid pack.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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.2.14) Additional information

A framework contract has been awarded to 13 suppliers.

two.2) Description

two.2.1) Title

Lease of specialist, commercial and municipal vehicles 7.5 tonnes and over

Lot No

2b

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34100000 - Motor vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides the lease of specialist, commercial and municipal vehicles over 7.5 tonnes including related lease management services and other associated services.

Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot, although this is not a mandatory requirement.

The deliverables for Lot 2b are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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.2.14) Additional information

A framework contract will be awarded to 6 suppliers.

two.2) Description

two.2.1) Title

Independent fleet management services

Lot No

3

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34100000 - Motor vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides independent fleet management services for passenger and commercial vehicles including, but not limited to, the sourcing of purchased vehicles from RM6060 (or the new agreement RM6244) and leased vehicles from Lots 1, 2a and 2b of this agreement. Suppliers are not permitted to fund vehicles themselves.

Suppliers on this lot will offer:

i) a managed service to the Buyer, with sole responsibility for providing Fleet Management services for the Buyer’s fleet. Suppliers will provide vehicles on contract hire (or other funding arrangements)

ii) a fully inclusive, end to end fleet management service which is not connected to a leasing contract.

The deliverables for Lot 3 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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.2.14) Additional information

A framework contract has been awarded to 10 suppliers.

two.2) Description

two.2.1) Title

Salary sacrifice car schemes

Lot No

4

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34100000 - Motor vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides salary sacrifice car schemes that are tailored to meet the Buyer’s organisational needs and promote the uptake of ultra low and zero emission vehicles to eligible employees.

Suppliers on this lot will implement, manage and market the Buyer’s scheme and support the Buyer to meet their organisational policy and environmental commitments as well as their obligations under the Government's Road to Zero targets.

The deliverables for Lot 4 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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.2.14) Additional information

A framework contract has been awarded to 12 suppliers.


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: 2022/S 000-020086

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 February 2023

five.2.2) Information about tenders

Number of tenders received: 41

Number of tenders received by electronic means: 41

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

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)

Total value of the contract/lot: £2,000,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/c355c5cf-f467-45b3-a63f-74a072f629a1

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 2a, 13 suppliers were awarded a place as opposed to the number of 10 as was originally stated in the Contract Notice and For Lot 4, 12 suppliers were awarded a place as opposed to the number of 8 as was originally stated in the Contract Notice that was published on 25/07/2022.

Places Awarded per Lot:

Lot 1 - Lease of vehicles up to 3.5 tonnes : 17

Lot 2a - Lease of specialist, commercial and municipal vehicles up but not including 7.5 tonnes : 13

Lot 2b - Lease of specialist, commercial and municipal vehicles 7.5 tonnes and over : 6

Lot 3 - Independent fleet management services : 10

Lot 4 - Salary sacrifice car schemes : 12

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom