Section one: Contracting authority
one.1) Name and addresses
Places for People
4 The Pavilions
Preston
PR2 2YB
purchasing@placesforpeople.co.uk
Telephone
+44 1772897200
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.placesforpeople.co.uk
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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/7UQ89E77JQ
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
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Places for People - Provision of Vehicle Fleet Management Services
Reference number
VFMS/JW/NJ/2022/PfP02
two.1.2) Main CPV code
- 50111000 - Fleet management, repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Places for People Group (PfP) require an accurate, reliable and effective fleet management and administration service for its existing UK fleet, including cars, light commercial vehicles (LCVs), electric vehicles, accident management, daily hire, grey fleet and services supplied under the contract
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
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
Description of procurement: Places for People Group (PfP) require an accurate, reliable and effective fleet management and administration service for its existing UK fleet, including cars, light commercial vehicles (LCVs), electric vehicles, accident management, daily hire, grey fleet and services supplied under the contract.
Overview of services to be supplied but not limited to:
•The management and administration to ensure compliance with all legal, routine, administrative and good practice requirements of the entire PfP fleet.
•In acceptable circumstances of owned or alternatively funded vehicles.
•A robust and efficient out of hours provision required to return business critical vehicles to operational use within a limited timescale.
•The supply and funding of contract hire vehicles, as required, with or without maintenance.
•To recommend conversion and telematic providers as and when required. There may also be a requirement to assist in the selection of appointing conversion and telematics provider(s).
•A customer structure recorded against the fleet which includes (but not limited to) drivers, operational contacts, line managers/business managers, finance contacts, codes, human resources contacts and divisional contacts etc.
•Transfer of existing leases, handover arrangements as required.
•Liaison with existing contract hire company, for example, key for key swap (vehicle transitions).
•The setting up and maintenance of PfP’s fleet records and the payment and re-billing of vehicle charges for the existing fleet.
•The provision of a PfP Drivers Helpdesk to be available 24 hour out of hour’s service.
•Management Information Reporting.
•Bill on the 1st day of month with a company payroll report.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
The Contracting Authority has an option to extend the duration of the agreement by two further periods of 24 months in accordance with the terms set out in the agreement.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority has an option to extend the duration of the agreement by two further periods of 24 months in accordance with the terms set out in the agreement.
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7UQ89E77JQ
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
Restricted procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7UQ89E77JQ
GO Reference: GO-2022427-PRO-20040314
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Court of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Court of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom