Opportunity

CSKL & TPPL VEHICLE RENTAL FRAMEWORK 2021

  • Commercial Services Kent Limited

F02: Contract notice

Notice reference: 2021/S 000-007133

Published 7 April 2021, 4:32pm



Section one: Contracting authority

one.1) Name and addresses

Commercial Services Kent Limited

Head Office, 1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

tenders@tppl.co.uk

Telephone

+44 1954250517

Country

United Kingdom

NUTS code

UKJ - SOUTH EAST (ENGLAND)

Internet address(es)

Main address

https://www.commercialservices.org.uk/

Buyer's address

https://www.commercialservices.org.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Motor-vehicles./6V3D9TEH78

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/6V3D9TEH78

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

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

CSKL & TPPL VEHICLE RENTAL FRAMEWORK 2021

Reference number

CSKLPW/0421

two.1.2) Main CPV code

  • 34100000 - Motor vehicles
    • PA01 - Hire

two.1.3) Type of contract

Supplies

two.1.4) Short description

CSKL invites tenders for organisations to participate in a 48-month Framework Agreement (‘the Agreement’) for the rental of vehicles, including passenger cars, accessible/non-accessible minibuses/coaches, light/medium commercials, heavy goods vehicles, and car clubs/pool car schemes. The Agreement will be used by CSKL and may also be used by all Local Authorities and other organisations (“Eligible Bodies”) located in the United Kingdom.

two.1.5) Estimated total value

Value excluding VAT: £120,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Cars and light commercial vehicle rental < 365 days

Lot No

1

two.2.2) Additional CPV code(s)

  • 34110000 - Passenger cars
    • PA01 - Hire
  • 34136000 - Vans
    • PA01 - Hire

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Hire of Passenger Cars and Light Commercial Vehicles including vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuels. Includes on/off road 4x4 vehicles up to 3.5 tonne, and the hire of vehicles with body conversions including but not limited to tippers, drop-side, Luton, flat, curtain-side, recycling, aerial platform, jetter, cranes, street lighting and any other body type an Authority may require, including all vehicle racking.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

Vehicles types and associated services that may not be easily identifiable as part of the procurement documents can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).

two.2) Description

two.2.1) Title

Converted accessible and non-accessible minibuses and coaches 5-72 seats

Lot No

2

two.2.2) Additional CPV code(s)

  • 34115200 - Motor vehicles for the transport of fewer than 10 persons
    • PA01 - Hire
  • 34120000 - Motor vehicles for the transport of 10 or more persons
    • PA01 - Hire
  • 34121000 - Buses and coaches
    • PA01 - Hire
  • 34121200 - Articulated buses
    • PA01 - Hire
  • 34121300 - Double-decker buses
    • PA01 - Hire

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Hire of Welfare Buses Coaches with 5 and up to 72 seats including vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. Accessible/non-accessible welfare buses will be van or coach-built. Coaches can be articulated, double or single decked or any other body type an authority may require.

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: £10,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

Vehicles types and associated services that may not be easily identifiable as part of the procurement documents can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).

two.2) Description

two.2.1) Title

Medium commercial vehicle rental up to 12.5t, Sweepers up to 18.5t, heavy goods vehicles up to 44t.

Lot No

3

two.2.2) Additional CPV code(s)

  • 34130000 - Motor vehicles for the transport of goods
    • PA01 - Hire
  • 34140000 - Heavy-duty motor vehicles
    • PA01 - Hire
  • 34210000 - Vehicle bodies
    • PA01 - Hire
  • 34144430 - Road-sweeping vehicles
    • PA01 - Hire

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Hire of Medium Commercial Vehicles (MCVs) from 3.5 tonnes to 12.5 tonnes, Hire of Sweepers, including pedestrian, sub-compact, compact, mid-size and truck-mounted (up to 18.5 tonnes). Hire of Heavy Goods Vehicles up to 44t. Vehicles hired may operate on Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Biofuels or any other alternative powered drivetrain.

Hire of medium commercial vehicles can include vehicles with body conversions including but not limited to tippers, drop-side, Luton, flat, curtain-side, recycling, aerial platform, jetter, cranes, street lighting and any other body type an Authority may require, including all vehicle racking.

Hire of heavy goods vehicles can include those with specialist and municipal bodies and conversions including but not limited to tippers, dropside, flat, beavertail, curtain-side, box, Luton, refuse collection, bin lifts and recycling bodies, gritter, snowplough and auger spreaders, tanker, gully emptier, aerial platforms, hook loader and demountable body systems, jetter, cranes, mobile library and offices, vehicle and plant recovery, street lighting and highway maintenance bodies, generators, temporary lighting and any other body type an Authority may require including associated trailers.

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: £30,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

Vehicles types and associated services that may not be easily identifiable as part of the procurement documents can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).

two.2) Description

two.2.1) Title

Cars and light commercial vehicle long-term and flexible rental 365 days to 3 years

Lot No

4

two.2.2) Additional CPV code(s)

  • 34110000 - Passenger cars
    • PA01 - Hire
  • 34136000 - Vans
    • PA01 - Hire

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Hire of Passenger Cars and Light Commercial Vehicles on a longer-term and/or flexible duration. To include vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuels. Includes on/off road 4x4 vehicles up to 3.5 tonne, and the hire of vehicles with body conversions including but not limited to tippers, drop-side, Luton, flat, curtain-side, recycling, aerial platform, jetter, cranes, street lighting and any other body type an Authority may require, including all vehicle racking.

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: £30,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

Vehicles types and associated services that may not be easily identifiable as part of the procurement documents can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).

two.2) Description

two.2.1) Title

Car clubs and pool car schemes, including travel management systems and packages

Lot No

5

two.2.2) Additional CPV code(s)

  • 34110000 - Passenger cars
    • PA01 - Hire
  • 34136000 - Vans
    • PA01 - Hire
  • 50111100 - Vehicle-fleet management services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Car clubs and pool car schemes, including travel management systems and packages.

Access to, or creation of car club schemes as required by an Authority. Types of schemes can include (but are not limited to) dedicated schemes, for which vehicles are dedicated only for use by the Authority. Access to publicly available schemes for the Authority. An Authority could seek a blended or mixed scheme comprising a combination of dedicated and publicly accessible vehicles. Alternatively, an Authority can engage with the supplier to use their software and systems to create a scheme using the Authority’s existing vehicles and infrastructure.

Vehicle types to be available under schemes includes (but is not limited to) Passenger Cars and Light Commercial Vehicles including those operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels. Includes on/off road 4x4 vehicles up to 3.5 tonne.

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: £10,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

Vehicles types and associated services that may not be easily identifiable as part of the procurement documents can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

Date

10 May 2021

Local time

12:00pm

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

four.2.7) Conditions for opening of tenders

Date

10 May 2021

Local time

12:05pm

Place

TPPL Offices

Information about authorised persons and opening procedure

To be opened via Delta tender portal by approved officers of TPPL.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months from publication of this contract notice.

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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Agreement is accessible by all local authorities in England, Scotland, Wales and Northern Ireland. The following links provide an opportunity to search for local authorities in England, Wales, Scotland and Northern Ireland. The Agreement may also be used by all other Eligible Bodies within the UK, including but not limited to the definable groups of contracting authorities in the links provided.

https://www.gov.uk/find-local-council

http://www.scottishlaw.org.uk/scotlaw/locgov.html

http://www.cosla.gov.uk/councils

http://gov.wales/topics/localgovernment/unitary-authorities/?lang=en

https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

https://www.gov.uk/government/organisations/department-for-education

https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies

http://www.schoolswebdirectory.co.uk/localauthorities.php

https://www.gov.uk/find-school-in-england

https://education.gov.scot/ParentZone

https://gov.wales/address-list-schools

http://apps.education-ni.gov.uk/appinstitutes/default.aspx

https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

http://www.wales.nhs.uk/nhswalesaboutus/structure

https://aace.org.uk/uk-ambulance-service/

http://www.scottishambulance.com/TheService/organised.aspx

http://online.hscni.net/hospitals/health-and-social-care-trusts/

https://www.gov.uk/government/organisations

http://www.northernireland.gov.uk/gov.htm

https://www.communities-ni.gov.uk/contact

https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

https://www.police.uk/forces/

https://www.police.uk/pu/contact-the-police/

http://www.psni.police.uk/index.htm

http://www.scotland.police.uk/

https://www.gov.uk/government/organisations/maritime-and-coastguard-agency

http://www.fireservice.co.uk/information/ukfrs

https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services

http://www.nifrs.org/areas-districts/

http://www.firescotland.gov.uk/your-area.aspx

http://www.oscr.org.uk/

http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf

https://gov.wales/registered-social-landlords

https://www.nidirect.gov.uk/contacts/housing-associations

https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas

https://communityleisureuk.org/members/

The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/.

TPPL are acting as an agent on behalf of CSKL and will undertake activities relating to this proposed Agreement, including but not limited to management of this tender process, evaluation of submissions, management of the Agreement when awarded, delivery of mini-competitions, assistance with direct awards and collection of associated Agreement fees.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Motor-vehicles./6V3D9TEH78

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/6V3D9TEH78

GO Reference: GO-202147-PRO-18049222

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

A

A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CSKL will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed/signed (as appropriate).

The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or 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 brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into 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 the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.

six.4.4) Service from which information about the review procedure may be obtained

A

A

Country

United Kingdom