Opportunity

Vehicle Leasing & Associated Services

  • Procurement for Housing

F02: Contract notice

Notice reference: 2021/S 000-012011

Published 28 May 2021, 2:44pm



The closing date and time has been changed to:

28 June 2021, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue

Birchwood, Warrington

WA2 0YL

Email

itaylor@pfh.co.uk

Telephone

+44 8458645100

Fax

+44 8458645115

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.procurementforhousing.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

Vehicle Leasing & Associated Services

Reference number

TS/05-21/VLAS

two.1.2) Main CPV code

  • 50111100 - Vehicle-fleet management services

two.1.3) Type of contract

Services

two.1.4) Short description

Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, spend analyses, strategy reviews, consolidated billing and comprehensive reporting.

PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37 PCR 2015.

PfH is tendering for a framework agreement for Vehicle Leasing and Associated Services. Tenders are invited from suitably experienced organisations that can provide the range of services and meet the minimum selection criteria as set out in the tender documents.

The Framework will be awarded for an initial period of 4 years

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

Vehicle Leasing

Lot No

1

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services
  • 50111110 - Vehicle-fleet-support services
  • 50111100 - Vehicle-fleet management services
  • 34100000 - Motor vehicles
  • 34114000 - Specialist vehicles
  • 32441300 - Telematics system
  • 64226000 - Telematics services
  • 39151100 - Racking
  • 34328200 - Vehicle conversion kits
  • 50117000 - Vehicle conversion and reconditioning services
  • 50117100 - Motor vehicle conversion services
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118100 - Breakdown and recovery services for cars
  • 34144900 - Electric vehicles
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50112110 - Body-repair services for vehicles
  • 50112200 - Car maintenance services
  • 50112120 - Windscreen replacement services
  • 50116500 - Tyre repair services, including fitting and balancing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This will include as a minimum the provision of the lease/contract hire of cars and commercial vehicles of up to 12.5 tonnes including but

not limited to electric, petrol, diesel, hybrid and hydrogen vehicles.

Leases/contract hire services may also need to incorporate but not be limited to:

-Advising on vehicle specifications and recommendations

-Grant/funding options, e.g. annual/quarterly/months in advance or quarterly/monthly in arrears, sale & leaseback etc.

-Road fund licence

-First registration

-Delivery and collection

-Service, maintenance and repair

-MOT management

-Breakdown cover

-Relief vehicle / courtesy cars / pre-contract vehicles

-Livery

-Racking

-Telematics

-Insurance database management

-Accident and claims management

-Glass replacement services

-Tyre replacement services

-Winter Tyres (fit & storage)

-Traffic offence management

-Fuel cards

-Driver licence verification

-Cherished transfers

-Daily rental.

This will allow end to end implementation of fully managed vehicle fleet solutions.

Suppliers will be expected to deliver services to the whole of the UK

PfH anticipates awarding places on the Framework under this Lot to 5 suppliers, but reserves the right to award a greater or fewer number of places depending on the bids received

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: £50,000,000

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) Description

two.2.1) Title

Racking and Conversion

Lot No

2

two.2.2) Additional CPV code(s)

  • 34328200 - Vehicle conversion kits
  • 50117000 - Vehicle conversion and reconditioning services
  • 50117100 - Motor vehicle conversion services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This will include but is not limited to the provision of computer aided drawings (CAD) design, manufacture, supply, fit/installation of new

racking and/or conversion of existing racking by removing from existing vehicles to another vehicle. Service, maintenance and repair of

racking, ensuring racking complies with Health & Safety regulations and meets any other necessary regulatory compliance.

The provision of racking and associated services may also need to incorporate but not be limited to;

-Racking/conversion consultancy services;

-Bespoke conversions;

-Roof racks;

-Glass racks;

-Roof ladders;

-Spray lining;

-Livery

-Lighting technology;

-Bulkheads;

-Plylining;

-Towbars;

-Electric steps;

-Night heaters;

-Fuel heaters;

-Handwash units

Suppliers will be expected to supply the whole of the UK

PfH anticipates awarding places on the Framework under this Lot to 5 suppliers, but reserves the right to award a greater or fewer number of places depending on the bids received

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: £50,000,000

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) Description

two.2.1) Title

Telematics

Lot No

3

two.2.2) Additional CPV code(s)

  • 32441300 - Telematics system
  • 64226000 - Telematics services
  • 38112100 - Global navigation and positioning systems (GPS or equivalent)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This will include but is not limited to

-the provision, installation and on-going management of GPS navigation

-integrated hands-free phone,

-wireless safety communications,

-automatic driving assistance systems,

-fleet reporting tools,

-vehicle tracking,

driving style management,

--fleet management and fuel management and ensuring that all equipment complies with current Health & Safety regulations and meets any other necessary regulatory compliance.

The provision of telematics services may also need to incorporate but not be limited to;

-Satellite navigation;

-Real-time tracking devices & software;

-Bluetooth kits;

-Parking aids, sensors;

-Reversing cameras;

-Dashboard cameras;

-Panic buttons;

-Mobile handsfree kits;

-CCTV (e.g. within rear space of vehicle);

-Driver style technology & software;

-Online web portals for fleet managers – standard & bespoke;

-Mobile applications for fleet managers;

-Hard wired units;

-Plug-in units;

-Driver ID;

-Data archive 6/12 months data;

-Configurable dashboards;

-Driver feedback (alerts);

-Navigation with messaging functionality;

-Back office systems integration;

-Driver behavioural systems.

Suppliers will be expected to cover the whole of the UK

PfH anticipates awarding places on the Framework under this Lot to 5 suppliers, but reserves the right to award a greater or fewer number of places depending on the bids received

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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


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

Envisaged maximum number of participants to the framework agreement: 15

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

Originally published as:

Date

28 June 2021

Local time

12:00pm

Changed to:

Date

28 June 2021

Local time

5:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

28 June 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; Any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations And any other contracting authority listed on the following page of the PfH website

http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222472.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222935.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:222935)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit