Contract

Electric & Hybrid Salary Sacrifice Lease Scheme

  • Offshore Renewable Energy Catapult

F03: Contract award notice

Notice identifier: 2022/S 000-018727

Procurement identifier (OCID): ocds-h6vhtk-02f8eb

Published 8 July 2022, 10:57am



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

Office 14, Bridge Innovation Centre, Pembrokeshire Science & Technology Park

Pembroke Dock

SA72 6UN

Contact

Mrs Sian Kerrison

Email

procurement@ore.catapult.org.uk

Telephone

+44 3330041400

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ore.catapult.org.uk

Buyer's address

https://www.ore.catapult.org.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research and Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Electric & Hybrid Salary Sacrifice Lease Scheme

Reference number

DN583295

two.1.2) Main CPV code

  • 34113000 - 4-wheel-drive vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Contract award notice for an electric and hybrid vehicle salary sacrifice lease scheme. It is our ambition to provide our employees with the opportunity to directly reduce their own carbon footprint and to benefit from Government incentives, thus accelerating the transition to electric or hybrid vehicles.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £1 / Highest offer: £840,000 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 34115000 - Other passenger cars
  • 34144900 - Electric vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Contract award notice for an electric and hybrid vehicle salary sacrifice lease scheme. It is our ambition to provide our employees with the opportunity to directly reduce their own carbon footprint and to benefit from Government incentives, thus accelerating the transition to electric or hybrid vehicles.

two.2.5) Award criteria

Quality criterion - Name: Proposal / Weighting: 80

Quality criterion - Name: Presentation / Weighting: 20

Cost criterion - Name: Price / Weighting: 0

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: 2021/S 000-029052


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 July 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Knowles Associates Total Fleet Management (t/a KnowlesFleet)

Red Lion House, The Green

Great Bentley

CO7 8QG

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)

Initial estimated total value of the contract/lot: £840,000

Lowest offer: £1 / Highest offer: £840,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In the first instance, all appeals should be promptly brought to the attention of the contact

specified in Section I above, and will be dealt with in accordance with the requirements of

the Public Contracts Regulations 2015. Any appeals must be brought within the timescales

specified by the applicable law, including without limitation, the Public Contracts

Regulations 2015. In accordance with the Public Contracts Regulations 2015, the

contracting authority will also incorporate a minimum 10 calendar day standstill period from

the date information on award of contract is communicated to tenderers.

As the UK does not have any special review body with responsibility for appeal/mediation

procedures in public procurement competitions, any challenges will be dealt with by the

High Court, Commercial Division, to which proceedings may be issued regarding alleged

breaches of the Public Contracts Regulations 2015