Section one: Contracting authority
one.1) Name and addresses
Magenta Living
Partnership Building, Hamilton Street
Birkenhead
CH41 5AA
Contact
Ms Claire Mann
clairemann@magentaliving.org.uk
Telephone
+44 1516063081
Country
United Kingdom
NUTS code
UKD - North West (England)
National registration number
4912562
Internet address(es)
Main address
http://www.magentaliving.org.uk/
Buyer's address
http://www.magentaliving.org.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fleet Hire
Reference number
DN580825
two.1.2) Main CPV code
- 50111100 - Vehicle-fleet management services
two.1.3) Type of contract
Services
two.1.4) Short description
Lease of light commercial vehicles and associated service, maintenance and repair services
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,000,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Wirral, Merseyside
two.2.4) Description of the procurement
Magenta Living has a requirement for the supply of a fleet of new small, medium and large size panel vans, tippers and ‘pick-up’ vehicles which will be used by various internal teams in the fulfilment of their duties, including building repairs and maintenance, and housing estate services. The service currently consists of :
• Supply of approximately 147 vehicles, which includes 27 on a spot-hire basis;
• Fleet service, maintenance and repairs service
The requirement is for Contract hire over a 5 year /(60) months period.
two.2.5) Award criteria
Quality criterion - Name: Contract mobilisation / Weighting: 6%
Quality criterion - Name: Account management / Weighting: 2%
Quality criterion - Name: Vehicle ordering process / Weighting: 1.5%
Quality criterion - Name: Vehicle delivery and inspection / Weighting: 0.5%
Quality criterion - Name: Servicing, maintenance and repairs / Weighting: 9%
Quality criterion - Name: Booking and Scheduling / Weighting: 3%
Quality criterion - Name: Breakdown and recovery / Weighting: 2%
Quality criterion - Name: end of lease - phased vehicle returns / Weighting: 2%
Quality criterion - Name: Quality Assurance and Complaints handling / Weighting: 2%
Quality criterion - Name: Fleet Management system / Weighting: 4%
Quality criterion - Name: fleet development/continuous improvement / Weighting: 3%
Quality criterion - Name: Risk management / Weighting: 1%
Quality criterion - Name: Business continuity/disaster recovery / Weighting: 1%
Quality criterion - Name: Exit Strategy / Weighting: 2%
Quality criterion - Name: Social Value / Weighting: 1%
Cost criterion - Name: Contract hire / Weighting: 48%
Cost criterion - Name: spot hire / Weighting: 12%
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
Award of a contract without prior publication of a call for competition in the cases listed below
- No tenders or no suitable tenders/requests to participate in response to open procedure
Explanation:
Magenta Living published a contract notice (ref: 2021/S 000-02952 ) and ran a procurement process for its new vehicle fleet hire contract using the open procedure. Two suppliers submitted tenders in response to the advert but both tenders have been evaluated by Magenta Living as being “unsuitable” under the conditions set out in Regulation 32(3) of the Public Contracts Regulations 2015 (“PCR 2015”).
Magenta Living has reasonably determined that one of the bidders, had it not failed to meet one of the pass/fail criteria set out in the invitation to tender, would have clearly submitted the most economically advantageous tender which would have been acceptable to Magenta Living. Therefore, Magenta Living is proposing to use the negotiated procedure without prior publication pursuant to Regulation 32(2)(a) PCR 2015 to negotiate and agree the terms of the contract with the preferred bidder subject to the requirement that it will not allow any substantial amendments to be made to the conditions of contract published in the original procurement.
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 000-029252
Section five. Award of contract
Contract No
1
Title
Fleet Hire
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 March 2022
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
West Wallasey Car Hire Ltd
Fleet House, 40 Cross Lane
Wallasey
CH45 8RH
Telephone
+44 7736937971
Country
United Kingdom
NUTS code
- UKD - North West (England)
National registration number
01172466
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £3,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom