Tender

Car Sharing Solution

  • Westminster City Council

F24: Concession notice

Notice identifier: 2022/S 000-034677

Procurement identifier (OCID): ocds-h6vhtk-038b8a

Published 7 December 2022, 4:02pm



Section one: Contracting authority/entity

one.1) Name and addresses

Westminster City Council

City Hall, 64 Victoria Street

London

SW1E 6QP

Email

tenders@westminster.gov.uk

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

www.westminster.gov.uk

Buyer's address

www.capitalesourcing.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Applications or, where applicable, tenders must be submitted electronically via

www.capitalesourcing.com

Applications or, where applicable, tenders must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Car Sharing Solution

Reference number

CAR P1114

two.1.2) Main CPV code

  • 50111100 - Vehicle-fleet management services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking to procure the service for car sharing in Westminster in three Lots, each for four years with provision to extend for a further year.

Lot 1 will be for a single supplier to support the provision of the Round-Trip car sharing service.

Lot 2 will be awarded to a single supplier relating to the provision of the Flexible car sharing service.

Lot 3 will be for the award of contracts for two suppliers to enable the City Council to introduce the Geofence car sharing model into the City to further expand the network.

All three car sharing schemes will be open to all members of the public and their purpose is to allow members to book and hire vehicles which are located on street within the City of Westminster.

Interested organisations can submit tenders for one, two or all Lots.

Tender documents and details of how to submit a response can be found at www.capitalesourcing.com.

The overarching project number is:

prj_WCC_20920 - WCC - Car Sharing Solution

All Tenderers MUST complete the Qualification Envelope under the following sub project code found under the overarching project.

itt_WCC_16572 - Qualification Envelope (All Lots)

Tenderers can then complete their tender response/s for both Technical and Commerical offering under the specific Lot/s that Tenderers are bidding for.

itt_WCC_16190 - WCC - Car Sharing - Lot 1 (Roundtrip/Fixed Point)

itt_WCC_16189 - WCC - Car Sharing - Lot 2 (Flexible)

itt_WCC_16188 - WCC - Car Sharing - Lot 3 (Geo Fenced)

two.1.6) Information about lots

This concession is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Roundtrip (Fixed Point)

Lot No

1

two.2.2) Additional CPV code(s)

  • 50111110 - Vehicle-fleet-support services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

The Council is seeking to procure the service for car sharing in Westminster in three lots, each for four years with provision to extend for a further year.

Lot 1 will be for a single supplier to support the provision of the Round-Trip car sharing service. Lot 2 will be awarded to a single supplier relating to the provision of the Flexible car sharing service.

Lot 3 will be for the award of contracts for two suppliers to enable the City Council to introduce the Geofence car sharing model into the City to further expand the network.

All three car sharing schemes will be open to all members of the public and their purpose is to allow members to book and hire vehicles which are located on street within the City of Westminster.

Lot 1 – Round Trip or "back to base" is the current model in operation in Westminster, and is established throughout London, where vehicles are hired from a fixed bay and returned to that bay at the end of the hire period. Lot 1 will be for the provision of the service by one supplier covering the existing bays on street to ensure a continuation of the service for members.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £9,000,000

two.2.7) Duration of the concession

Duration in months

60

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

Flexible Car Sharing

Lot No

2

two.2.2) Additional CPV code(s)

  • 50111110 - Vehicle-fleet-support services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

The Council is seeking to procure the service for car sharing in Westminster in three lots, each for four years with provision to extend for a further year.

Lot 1 will be for a single supplier to support the provision of the Round-Trip car sharing service.

Lot 2 will be awarded to a single supplier relating to the provision of the Flexible car sharing service.

Lot 3 will be for the award of contracts for two suppliers to enable the City Council to introduce the Geofence car sharing model into the City to further expand the network.

All three car sharing schemes will be open to all members of the public and their purpose is to allow members to book and hire vehicles which are located on street within the City of Westminster.

Lot 2 - Floating or flexible one-way car sharing where vehicles do not operate from a fixed point and the hire ends at the intended destination. Lot 2 will be for the provision of the service by one supplier to ensure a continuation of the service for members, for a maximum of 135 vehicles.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the concession

Duration in months

60

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

Geo-fenced Car Sharing

Lot No

3

two.2.2) Additional CPV code(s)

  • 50111110 - Vehicle-fleet-support services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

The Council is seeking to procure the service for car sharing in Westminster in three lots, each for four years with provision to extend for a further year.

Lot 1 will be for a single supplier to support the provision of the Round-Trip car sharing service.

Lot 2 will be awarded to a single supplier relating to the provision of the Flexible car sharing service.

Lot 3 will be for the award of contracts for two suppliers to enable the City Council to introduce the Geofence car sharing model into the City to further expand the network.

All three car sharing schemes will be open to all members of the public and their purpose is to allow members to book and hire vehicles which are located on street within the City of Westminster.

Lot 3 - Geofence car sharing where vehicles are hired from a specified street or location and returned to that location at the end of the hire period. Lot 3 will be for the provision of the service by two suppliers to provide a combined maximum of 250 vehicles total for deployment to locations throughout the City.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £9,000,000

two.2.7) Duration of the concession

Duration in months

60

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


Section four. Procedure

four.2) Administrative information

four.2.2) Time limit for submission of applications or receipt of tenders

Date

11 January 2023

Local time

12:00pm

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

English


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.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom