Opportunity

Vehicle Lease, Fleet Management & Salary Sacrifice

  • Crown Commercial Service

F02: Contract notice

Notice reference: 2022/S 000-020086

Published 25 July 2022, 9:40am



Section one: Contracting authority

one.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Contact

The Minister for the Cabinet Office acting through Crown Commercial Service

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UKC - North East (England)

Internet address(es)

Main address

www.gov.uk/ccs

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://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

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://crowncommercialservice.bravosolution.co.uk

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vehicle Lease, Fleet Management & Salary Sacrifice

Reference number

RM6268

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 intends to put in place a pan Government framework agreement for the provision of vehicle lease, fleet management and vehicle salary sacrifice car schemes 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 agreement will replace the previous CCS agreement Vehicle Lease, Fleet Management and Flexible Rental Solutions Framework RM6096.

The scope of the framework covers the provision of lease vehicles up to 3.5 tonnes; the lease of specialist, commercial and municipal vehicles up to and including 7.5 tonnes (and over 7.5 tonnes); and the provision of independent fleet management services and salary sacrifice vehicle car schemes in the United Kingdom of Great Britain and Northern Ireland (UK).

two.1.5) Estimated total value

Value excluding VAT: £2,342,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders may bid for multiple lots. However, if successful, Bidders will only be awarded a Framework Contract on individual lots, OR a combination of lots as set out below.

Bidders can be awarded a Framework Contract for:

• Any combination of Lots 1-2; and Lot 4

OR

• Lot 3 and Lot 4

two.2) Description

two.2.1) Title

Lease of vehicles up to 3.5 tonnes

Lot No

1

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34100000 - Motor vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides the lease of passenger and light commercial vehicles up to 3.5 tonnes, including related lease management services and other associated services.

Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot although this is not a mandatory requirement.

The deliverables for Lot 1 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,000,000,000

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.2.14) Additional information

A framework contract will be awarded to 25 suppliers. The maximum number

of suppliers for this lot may increase where two (2) or more bidders have tied

scores in the last awarded position only.

two.2) Description

two.2.1) Title

Lease of specialist, commercial and municipal vehicles up but not including 7.5 tonnes

Lot No

2a

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34100000 - Motor vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides the lease of specialist, commercial and municipal vehicles up to and including 7.5 tonnes including related lease management services and other associated services.

Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot, although this is not a mandatory requirement.

The deliverables for Lot 2a are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £250,000,000

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.2.14) Additional information

A framework contract will be awarded to 10 suppliers. The maximum number

of suppliers for this lot may increase where two (2) or more bidders have tied

scores in the last awarded position only.

two.2) Description

two.2.1) Title

Lease of specialist, commercial and municipal vehicles 7.5 tonnes and ove

Lot No

2b

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34100000 - Motor vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides the lease of specialist, commercial and municipal vehicles over 7.5 tonnes including related lease management services and other associated services.

Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot, although this is not a mandatory requirement.

The deliverables for Lot 2b are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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.2.14) Additional information

A framework contract will be awarded to 10 suppliers. The maximum number

of suppliers for this lot may increase where two (2) or more bidders have tied

scores in the last awarded position only.

two.2) Description

two.2.1) Title

Independent fleet management services

Lot No

3

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34100000 - Motor vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides independent fleet management services for passenger and commercial vehicles including, but not limited to, the sourcing of purchased vehicles from RM6060 (or the new agreement RM6244) and leased vehicles from Lots 1, 2a and 2b of this agreement. Suppliers are not permitted to fund vehicles themselves.

Suppliers on this lot will offer:

i) a managed service to the Buyer, with sole responsibility for providing Fleet Management services for the Buyer’s fleet. Suppliers will provide vehicles on contract hire (or other funding arrangements)

ii) a fully inclusive, end to end fleet management service which is not connected to a leasing contract.

The deliverables for Lot 3 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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.2.14) Additional information

A framework contract will be awarded to 15 suppliers. The maximum number

of suppliers for this lot may increase where two (2) or more bidders have tied

scores in the last awarded position only.

We reserve the right to award a framework contract to any bidder whose final

score is within 1% of the last awarded position.

two.2) Description

two.2.1) Title

Salary sacrifice car schemes

Lot No

4

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34100000 - Motor vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides salary sacrifice car schemes that are tailored to meet the Buyer’s organisational needs and promote the uptake of ultra low and zero emission vehicles to eligible employees.

Suppliers on this lot will implement, manage and market the Buyer’s scheme and support the Buyer to meet their organisational policy and environmental commitments as well as their obligations under the Government's Road to Zero targets.

The deliverables for Lot 4 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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.2.14) Additional information

A framework contract will be awarded to 8 suppliers. The maximum number

of suppliers for this lot may increase where two (2) or more bidders have tied

scores in the last awarded position only.

We reserve the right to award a framework contract to any bidder whose final

score is within 1% of the last awarded position.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

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

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 000-029502

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

Date

5 September 2022

Local time

12:00pm

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

English

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 September 2022

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/52d2b4aa-c4f5-4a41-b903-4a3b33f5ac95

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for the CCS framework.

On 2.4.2014 the Government introduced its Government Security Classifications (GSC) scheme which replaced the Government Protective

Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with

bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-sup pliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

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