Crown Commercial Service Framework – Supply and Delivery of Vehicles
Crown Commercial Service is seeking to establish a Framework Agreement with multiple suppliers for use by the UK public sector.
United Kingdom-Liverpool: Financial leasing services
2018/S 232-530478
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.crowncommercialservice.bravosolution.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Vehicle Lease, Fleet Management and Flexible Rental Solutions
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service (CCS) is seeking to establish a Framework Agreement with multiple suppliers for use by the UK public sector.
The scope of the framework covers the United Kingdom of Great Britain and Northern Ireland (UK) for the supply and delivery of vehicles for both the UK and, if required, overseas.
Suppliers appointed to the framework will be responsible for the provision of:
(a) lease vehicles to buyers, including the option to provide vehicle service maintenance and repair and other associated services and/or
(b) fleet management services, including the management, sourcing and supply of passenger motor cars, light commercial and commercial vehicles,
(c) flexible vehicle rental solutions which are not subject to a contracted term end date and can be cancelled at any time without penalty.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Supply of Leased Passenger and Commercial Vehicles up to 3,5 tonnes with Related Lease Management Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers on this lot will provide the lease of passenger and/or commercial vehicles up to 3,5 tonnes either on an ad-hoc basis or through a fixed term, sole supply relationship, and other associated services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a Framework Agreement will be awarded to 15 suppliers for this lot.
The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for each lot. The last position for lot 1 is 15thposition.
II.2.1)Title:
Supply of Leased Light, Medium and Heavy Commercial Vehicles with Related Lease Management Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers on this lot will provide the lease of commercial vehicles (on an ad-hoc basis or through a fixed term, sole supply relationship) and other associated services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a Framework Agreement will be awarded to 10 suppliers for this lot.
The maximum number of bidders for this lot may increase where two or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for each lot. The last position for lot 2 is 10th position.
II.2.1)Title:
Provision of Independent Fleet Management Services for Passenger and Commercial Vehicles Using Multiple Suppliers and Funding Arrangements, and End to End Fleet Management Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
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.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a Framework Agreement will be awarded to 10 suppliers for this lot.
The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for each lot. The last position for lot 3 is 10th position.
II.2.1)Title:
Provision of Flexible Vehicle Rental Solutions for Passenger, Commercial and Heavy Vehicles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers on this lot will offer customised, flexible vehicle solutions, typically of a minimum duration of 28 days and with the facility to amend or terminate with no charge to the buyer, other than the cost of any vehicle modifications that have been undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a Framework Agreement will be awarded to 25 suppliers for this lot.
The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for each lot. The last position for lot 4 is 25thposition.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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.
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.1.6)Information about electronic auction
CCS reserves the right to use an eAuction at the call-off stage.
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this Framework Agreement.
As part of this Contract Notice the following documents can be
Accessed at:
https://www.contractsfinder.service.gov.uk/Notice/177d3a56-1c99-45b3-a9e6-c823da8a078b
1) Contract Notice transparency information for the agreement;
2) Contract Notice authorised customer list;
3) Rights reserved for CCS Framework.
CCS considers that the transfer of undertakings (protection of employment) Regulations 2006 (TUPE) will not apply at framework level. We encourage you to take your own advice on whether TUPE is likely to apply, in particular circumstances of the call-off Contract, and to carry out due diligence accordingly.
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal 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.
To register, you will need to:
1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk.
2) Select the link “I am a new supplier user”;
3) Read and agree to the portal user agreement;
4) Complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number -—a unique nine-digit number provided to organisations free of charge by Dun&Bradstreet,
— user and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: If you require additional users from your organisation to see the Invitation to Tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via “User Management” > “Manage Users” > “Users” > “Create”.
Expressing an interest:
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) On the dashboard select the link ITTs open to all suppliers;
3) On the “ITTs Open to All Suppliers” webpage you will see one or more procurements listed, click on the procurement name you wish to access;
4) Click on express interest at the top of the next screen;
5) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 0800 069 8630.
VI.4.1)Review body
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
United Kingdom
E-mail: supplier@crowncommercial.gov.uk
VI.5)Date of dispatch of this notice: