Awarded contract

Vehicle Hire Solutions

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F03: Contract award notice

Notice reference: 2023/S 000-011569

Published 21 April 2023, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

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 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://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

Other activity

Public Procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vehicle Hire Solutions

Reference number

RM6265

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 hire services 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 replaces the previous RM6013 Public Sector Vehicle Hire Solutions framework agreement.

Further information is included in the Additional Information section VI.3.

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: £450,000,000

two.2) Description

two.2.1) Title

Hire of cars, Light Commercial Vehicles (LCV) up to 3.5T

Lot No

1

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34111000 - Estate and saloon cars
  • 34113000 - 4-wheel-drive vehicles
  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 34130000 - Motor vehicles for the transport of goods

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Not mandatory

two.2.4) Description of the procurement

Hire of vehicles up to 3.5T”.

Cars are supplied as mandatory.

Hire of Minibuses, 4x4s, Light Commercial Vehicles (LCVs), Car Share, and International Rental are supplied, but not on a mandatory basis.

The Supplier will offer an online booking system which allows the Buyer to place a Vehicle and Equipment Order for standard vehicles for hires of up to 27 days. For hires of over 27 days in Lot 1; the Supplier has telephone and email booking in addition to, or instead of, an online booking system.

The associated deliverables for Lot 1 are described within Section 4 of Framework Schedule 1 (Specification) of the Framework Contract. The Shared Deliverables described in Section 3 are also applicable to Lot 1.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Hire of LCVs up to 3.5T, 4x4s, HGVs from 3.5T - 7.5T

Lot No

2

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34113000 - 4-wheel-drive vehicles
  • 34130000 - Motor vehicles for the transport of goods
  • 34140000 - Heavy-duty motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Not mandatory

two.2.4) Description of the procurement

The Supplier will provide at least one of the following vehicle types for hire in the UK:

- Light Commercial Vehicles (LCVs) of standard build up to 3.5T

- 4x4s

- Heavy Goods Vehicles (HGVs) between 3.5T and 7.5T

For all hires in Lot 2, the Supplier has telephone and email booking in addition to, or instead of, an online booking system.

The associated deliverables for Lot 2 are described within Framework Schedule 1 (Specification) of the Framework Contract. The Shared Deliverables described in Section 3 are also applicable to Lot 2.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Hire of HGVs from 7.5T upwards

Lot No

3

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34140000 - Heavy-duty motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Not mandatory

two.2.4) Description of the procurement

Provision of Heavy Goods Vehicles (HGVs) from 7.5T” and above, including but not limited to municipal, waste management and street scene vehicles, tractor units, trailers, hot boxes, tippers, dropsides and vehicle mounted cranes.

For all hires in Lot 3, the Supplier has telephone and email booking in addition to, or instead of, an online booking system.

The associated deliverables for Lot 3 are described within Framework Schedule 1 (Specification) of the Framework Contract. The Shared Deliverables described in Section 3 are also applicable to Lot 3.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Hire for emergency services and specialist healthcare operational vehicles

Lot No

4

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34111000 - Estate and saloon cars
  • 34113000 - 4-wheel-drive vehicles
  • 34114000 - Specialist vehicles
  • 34115000 - Other passenger cars
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 34400000 - Motorcycles, bicycles and sidecars

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Not mandatory

two.2.4) Description of the procurement

Provision of emergency response vehicles, including, but not limited to rapid response vehicles responding to urgent and emergency 999 calls, provision of specially adapted non-standard vehicles used for patient transport services and other specialist healthcare operational vehicles, such as mobile medical trailers and vehicles.

The Supplier will provide at least one vehicle type within the scope of this Lot.

The associated deliverables for Lot 4 are described within Framework Schedule 1 (Specification) of the Framework Contract. The Shared Deliverables described in Section 3 are also applicable to Lot 4.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Car Share (standalone)

Lot No

5

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Not mandatory

two.2.4) Description of the procurement

The Supplier will provide at least one of the following options to the Buyer:

- Car Share Publicly Accessible Vehicles

- Car Share Dedicated Vehicles

- Car Share Mixed Use Vehicles

- Car Share Technology Only

The associated deliverables for Lot 5 are described within Framework Schedule 1 (Specification) of the Framework Contract. The Shared Deliverables described in Section 3 are also applicable to Lot 5.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

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 000-035239


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

10 March 2023

five.2.2) Information about tenders

Number of tenders received: 26

Number of tenders received from SMEs: 19

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

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £450,000,000


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/82c5ef26-d96b-4540-9f5c-44e78f0816e9

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

Number of Bidders Awarded a Framework by Lot:

Lot 1 - 14

Lot 2 - 12

Lot 3 - 7

Lot 4 - 6

Lot 5 - 5

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.

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

Internet address

https://www.crowncommercial.gov.uk/

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

Country

United Kingdom