Leasing of Company Vehicles for Audit Scotland
To establish a Scotland wide service contract for the sourcing and supply of leased motor vehicles.
United Kingdom-Edinburgh: Motor vehicles
2018/S 174-394721
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
102 West Port
Edinburgh
EH3 9DN
United Kingdom
Telephone: +44 1316251500
E-mail: accounts@audit-scotland.gov.uk
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00428
I.1)Name and addresses
Compass House, 11 Riverside Drive
Dundee
DD1 4NY
United Kingdom
Telephone: +44 1382207100
E-mail: procurement.team@careinspectorate.com
NUTS code: UKMInternet address(es):Main address: http://www.careinspectorate.com
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16302
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Audit Scotland and Care Inspectorate — The Leasing of Company Vehicles
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Audit Scotland and the Care Inspectorate are seeking to establish a Scotland wide service contract for the sourcing and supply of leased motor vehicles as well as additional services associated with the implementation and management of outsourced fleets.
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
Audit Scotland and the Care Inspectorate are seeking to establish a Scotland wide services contract for the sourcing and supply of leased motor vehicles.
The supplier must be able to provide a full range of vehicles, and their offering to include all aspects of vehicle management. The supplier must be able to provide a totally managed service which will include, but is not limited to:
(a) account management,
(b) online vehicle quotation system,
(c) vehicle ordering, supply and delivery,
(d) supply chain management,
(e) driver support,
(f) vehicle servicing, maintenance and repair,
(g) tyres (we have an agreement of a minimum 3 mm tread must cover all the contact area of the tyre),
(h) booking and scheduling,
(i) breakdown and recovery,
(j) accident management,
(k) MOT management,
(l) road fund license,
(m) administration of parking fines, traffic offences,
(n) fleet management – policy/legislation/duty of care/complaints/etc.,
(o) sustainability and environmental management,
(p) short term vehicle replacement,
(q) end of contract services,
(r) disaster recovery and business continuity,
(s) benchmarking,
(t) data security,
(u) demonstrate a commitment to continuous improvement.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Optional extension period of up to 36 Months (3 x 12 month periods) exercisable at the sole discretion of Audit Scotland and the Care Inspectorate.
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
Financial Standing, Insurance — ESPD Part IV: Selection criteria — B: Economic and financial standing refers
Minimum level(s) of standards required:
With reference to ESPD (Scotland) Questions:
ESPD
4B.2.1 — Bidders must provide its yearly (“specific”) turnover in the business area(s) covered by the contract for 3 fiscal years up to 31.3.2018.
4B.4 — Bidders must demonstrate a Current Ratio value of no less than 0.5. The Ratio is to be calculated as follows: Assets/Equity (Total balance sheet/Total Equity.) To achieve a pass, bidders must demonstrate a current ratio value of no less than 0.5. If bidders cannot demonstrate this ratio then, to achieve a pass, they must confirm if they are willing to provide a parent company guarantee or if not applicable, a performance bond.
4B.5.1 — its is a requirement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances as detailed below:
Employer’s (Compulsory) Liability Insurance = 5 Million GBP
4B.5.2 its is a requirement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances as detailed below:
Public Liability = 5 Million GBP
Professional Indemnity = 1 Million GBP
Note
Question 4B.4 will be scored on a “pass”/”fail” basis. If the bidder cannot achieve the minimum ratio or confirm they are willing to provide a parent company guarantee or if not applicable, a performance bond, then it will be deemed a “fail”. In the case of a “fail”, Audit Scotland/Care Inspectorate reserves the right to exclude the bidder, if it deems appropriate.
Questions 4B.5.1 and 4B.5.2 will be scored on a “pass”/”fail” basis. If the bidder responds back that “No, and I cannot commit to obtain it”, then it will be deemed a “fail”. In the case of a “fail”, Audit Scotland/Care Inspectorate reserves the right to exclude the bidder, if it deems appropriate.
III.1.3)Technical and professional ability
ESPD D: Quality assurance schemes and environmental management standards — Questions 4D.1 and 4D.2 — refer
ESPD D: Quality Assurance Schemes and Environmental Management Standards
4D.1 — The bidder must hold a UKAS (or equivalent) accredited independant third party certificate in accordance with BS EN ISO 9001(or equivalent).
4D.2 — The bidder must hold a UKAS (or equivalent) accredited independant third party certificate in accordance with BS EN ISO 14001(or equivalent).
Note
Questions 4D.1 and 4D.2 will be scored on a “pass”/”fail” basis. If the bidder responds back “No”, then it will be deemed a “fail”. In the case of a “fail”, Audit Scotland/Care Inspectorate reserves the right to exclude the bidder, if it deems appropriate.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
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.3)Additional information:
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=556215.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:556215)
VI.4.1)Review body
102 West Port
Edinburgh
EH3 9DN
United Kingdom
Telephone: +44 1316251500Internet address: www.audit-scotland.gov.uk
VI.5)Date of dispatch of this notice: