Opportunity

Vehicle Hire Solutions

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2022/S 000-030726

Published 31 October 2022, 4:35pm



The closing date and time has been changed to:

19 December 2022, 12:00pm

See the change notice.

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://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

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 intends to 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 will replace the previous RM6013 Public Sector Vehicle Hire Solutions framework agreement.

Further information is included in the Additional Information section VI.3.

two.1.5) Estimated total value

Value excluding VAT: £450,000,000

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

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

two.2.4) Description of the procurement

Hire of vehicles up to 3.5T”.

Cars will be supplied as mandatory.

Hire of Minibuses, 4x4s, Light Commercial Vehicles (LCVs), Car Share, and International Rental supplied as desirable, but not on a mandatory basis.

It will be mandatory for the Supplier to 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 shall make available 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 will also be applicable to Lot 1.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £247,500,000

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) 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

two.2.4) Description of the procurement

It is mandatory for the Supplier to be able to 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 shall make available 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 will also be applicable to Lot 2.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £90,000,000

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

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

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 shall make available 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 will also be applicable to Lot 3.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £22,500,000

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) 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

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.

It is mandatory for the Supplier to be able to 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 will also be applicable to Lot 4.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £45,000,000

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

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

two.2.4) Description of the procurement

It is mandatory for the Supplier to be able to 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 will also be applicable to Lot 5.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £45,000,000

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


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: 2022/S 000-016868

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

Originally published as:

Date

29 November 2022

Local time

3:00pm

Changed to:

Date

19 December 2022

Local time

12:00pm

See the change notice.

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

29 November 2022

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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/f5580561-f493-48e5-bfb7-dd9dbc69d09b

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 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 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.

CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.

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-suppliers

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

Internet address

https://www.crowncommercial.gov.uk/