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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
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
supplier@crowncommercial.gov.uk
Country
United Kingdom