Opportunity

Vehicle Hire

  • National Procurement Service (Welsh Government)

F02: Contract notice

Notice reference: 2021/S 000-015041

Published 1 July 2021, 11:45am



Section one: Contracting authority

one.1) Name and addresses

National Procurement Service (Welsh Government)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

Email

commercialprocurement.fleet@gov.wales

Telephone

+44 3007900170

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://npswales.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

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

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

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 Hire

Reference number

NPS-FT-0110-21

two.1.2) Main CPV code

  • 34100000 - Motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

1.4. The purpose of this tender exercise is to appoint a number of Framework Suppliers, each operating under the Framework Agreement, to provide vehicle hire services across a range of vehicle types. The Framework Agreement will cover the provision of hire for Cars, LCVs (under 3.5T GVW) and Specialist Vehicles (over 3.5T GVW) which will be made available to all NPS Customer organisations and will be a “one stop shop” for all Vehicle Hire requirements.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

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

Cars

Lot No

1

two.2.2) Additional CPV code(s)

  • 34110000 - Passenger cars
  • 34115000 - Other passenger cars

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Lot 1 covers the requirement for cars and will cover (but not limited to):

Small compact e.g. Fiesta or Peugeot 208 or equivalent.

Medium estate/hatchback e.g. Focus or Peugeot 308 or equivalent.

Large estate/hatchback e.g. Mondeo, Insignia or equivalent.

MPV (up to 8 passenger seats) e.g. Galaxy, Picasso or equivalent.

Where requested, the Framework Supplier must provide Ultra Low Emission Vehicles (ULEVs).

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: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2021

End date

31 August 2025

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

LCVs (below 3.5T GVW)

Lot No

2

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34130000 - Motor vehicles for the transport of goods
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 34115200 - Motor vehicles for the transport of fewer than 10 persons

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Lot 2 covers the requirement for LCVs (below 3.5T GVW) and will cover (but not limited to):

Small Van e.g. Citroen Berlingo, Renault Kangoo, or equivalent.

Panel Van (Small, Medium, Large, Extra Large, Dual Cab/Crew, Cab Panel Vans) e.g. Transit, Vivaro or equivalent.

Cube Van (Small, Medium, Large) e.g. Ford Custom, Mitsubishi Canter or equivalent.

Small Pick-Up e.g. Isuzu D-Max Single Cab, Volkswagen Amarok or equivalent.

T-Tippers (Single Cab, Crew Cab, Tail Lift, Caged).

Luton with and without tail lift.

Dropside with and without tail lift.

4x4 with the ability to tow up to 3.5 tonnes laden weight e.g. Discovery, Kuga or equivalent.

Minibus (up to 9 passenger seats).

Minibus (10 – 17 passenger seats).

Where requested, the Framework Supplier must provide Ultra Low Emission Vehicles (ULEVs) where available

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: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 September 2021

End date

31 August 2025

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

Specialist Vehicles (above 3.5T GVW)

Lot No

3

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34140000 - Heavy-duty motor vehicles
  • 34144000 - Special-purpose motor vehicles
  • 34133000 - Articulated trucks
  • 34133110 - Fuel-tanker trucks
  • 34134000 - Flatbed and Tipper trucks
  • 34134200 - Tipper trucks
  • 34142000 - Crane and dumper trucks
  • 34142100 - Elevator-platforms trucks
  • 34142300 - Dumper trucks
  • 34144211 - Turntable-ladder trucks
  • 16700000 - Tractors

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Lot 3 will be split into nine vehicle types, as follows:

- Cargo and haulage vehicles including tractor units and trailers;

- Tippers

- Welfare / Minibuses

- Gulley Emptiers / Jetters

- Sweepers

- Waste Collection Vehicles

- Street Lighting Hoists / Tower Vehicles

- Winter Maintenance Vehicles

- Miscellaneous Vehicles (Hook Loaders, Telehandlers, Tractors, Site Welfare Units etc.)

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: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2021

End date

31 August 2025

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Bidders will be required to provide details of their Social Value commitments to be delivered through this Framework Agreement. Bidders will also be required to provide details of their Fair Work practice as per the Fair Work Wales - Report of the Fair Work Commission. Further details are included within the tender documentation.


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: 40

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 000-001857

four.2.2) Time limit for receipt of tenders or requests to participate

Date

30 July 2021

Local time

2:00pm

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

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 August 2021

Local time

9:00am

Place

https://etenderwales.bravosolution.co.uk/web/login.shtml


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: NPS typically begins the process for renewing a Framework between 6 - 12 months prior to the expiry of the existing agreement.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Within the eTenderWales system, bidders should locate the following ITT: itt_88048 - Vehicle Hire

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=111680

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

The NPS is committed to a performance and evidence-based approach to Social Value. Based on the National TOMs (Themes, Outcomes and Measures), developed in partnership with the National Social Value Taskforce for Wales (including WLGA and other Public Sector Stakeholders), Bidders are required to propose credible targets against which performance (for the Framework Supplier(s)) will be monitored. Further details are included within the tender documentation.

(WA Ref:111680)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom