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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom