National Procurement Service Vehicle Hire II Framework
NPS wish to establish an All Wales Framework Agreement on behalf of the Welsh Public Sector.
United Kingdom-Caerphilly: Motor vehicles
2017/S 040-073091
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Telephone: +44 3007900170
E-mail: NPSFleet@wales.gsi.gov.uk
NUTS code: UKL
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
I.2)Joint procurement
I.3)Communication
N/A
United Kingdom
E-mail: NPSFleet@wales.gsi.gov.uk
NUTS code: UKL
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NPS Vehicle Hire II Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NPS wish to establish an All Wales Framework Agreement on behalf of the Welsh Public Sector (WPS). The framework agreement will cover the provision of hire for Cars, LCVs (under 3.5T GVW) and Specialist Vehicles (over 3.5T GVW) which will be made available to all NPS Customer organisations and will be a ‘one stop shop’ for all WPS Vehicle Hire requirements.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Cars
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Type of Vehicles Used:
Lot 1 covers the requirement for cars and will cover (but not limited to):
— Small compact;
— Medium estate/hatchback;
— Large estate/hatchback;
— MPV (up to 8 passenger seats);
— Hybrid/electric.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
With an option to extend the agreement for a further period of up to 24 months in multiples not exceeding 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Light Commercial Vehicles (below 3.5T GVW)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2 covers the requirement for LCVs (below 3.5T GVW) and will cover (but not limited to):
— Small Van;
— Panel Van (Small, Medium, Large, Extra Large);
— Cube Van (Small, Medium, Large);
— 3.5T Tippers (Single Cab, Crew Cab, Tail lift, caged);
— Luton with and without tail lift;
— 3.5T Drop-side with and without tail lift;
— 4×4 with the ability to tow up to 3.5 Tonnes laden weight;
— Mini buses (up to 12 passenger seats);
— Mini buses (13 – 17 passenger seats).
Please note within the above vehicle types Hybrid/electric vehicles may be requested by customers at further competition.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
With an option to extend the agreement for a further period of up to 24 months in multiples not exceeding 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Specialist Vehicles (above 3.5T GVW)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3 will be split into nine vehicle types, as follows:
— Cargo and haulage vehicles including tractor units and trailers;
— Tippers;
— Welfare / Minibuses;
— Gulley Emptiers / Jetters;
— Sweepers;
— Waste Collection Vehicles;
— Street Lighting Hoists / Tower Vehicles;
— Winter Maintenance Vehicles;
— Miscellaneous Vehicles.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
With an option to extend the agreement for a further period of up to 24 months in multiples not exceeding 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
24 months if extension period is not utilised.
VI.2)Information about electronic workflows
VI.3)Additional information:
Over 73 public sector organisations in Wales have committed to the NPS in principle, including all Local Authorities, NHS Bodies, Welsh Government and Welsh Government Sponsored bodies, the Police and Fire services and Higher and Further Education.
In accordance with Regulation 33(5) of the Public Contracts Regulations 2015, these procedures (i.e. the procedures for awarding call-off contracts under the framework) may be applied only between the contracting authorities clearly identified in the link below and the tender documentation.
http://gov.wales/docs/nps/Named-NPS-customers-OJEU-6th-September-2016.pdf
A copy of this list has been recorded at the time that this notice was published to ensure compliance with the requirements of the Public Contracts Regulations 2015.
The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales athttp://www.sell2wales.gov.wales/search/search_switch.aspx?ID=62388
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As detailed in the Tender documentation
(WA Ref: 62388)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Telephone: +44 3007900170Internet address:http://npswales.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Supply of Short Term Hire of Vehicles Framework – Bradford Council
Contract Hire Framework Runcorn
Contract Hire of Vehicles County Durham
Car Club and Vehicle Leasing Framework North West
Hertfordshire County Council Vehicle Contract Hire Framework