Network Rail Tender for Road Fleet Management Services
Network Rail operates a fleet of 6 000 – 8 000 road vehicles whose ownership is mixed between leased and owned vehicles.
United Kingdom-London: Vehicle-fleet management services
2018/S 140-321897
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
1 Eversholt Street
London
NW1 2DN
United Kingdom
Contact person: Shem Madziba
E-mail: Shemunatsi.Madziba@networkrail.co.uk
NUTS code: UK
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Provision of Road Fleet Management Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Network Rail operates a fleet of 6 000 — 8 000 road vehicles whose ownership is mixed between leased and owned vehicles. Network Rail requires a road vehicle fleet management provider to optimise the management of its fleet of road vehicles. The fleet management provider will be required to manage all aspects Network Rail’s fleet and vehicle ancillary equipment providing and finding additional value adding activities which will bring about both financial and non-financial efficiencies to Network Rail. The appointed supplier will act as Network Rail’s fleet management provider overseeing the provision and management of key road fleet elements.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Network Rail operates a fleet of 6 000 — 8 000 road vehicles whose ownership is mixed between leased and owned vehicles. Network Rail requires a road vehicle fleet management provider to optimise the management of its fleet of road vehicles. The fleet management provider will be required to manage all aspects Network Rail’s fleet and vehicle ancillary equipment providing and finding additional value adding activities which will bring about both financial and non-financial efficiencies to Network Rail. The appointed supplier will act as Network Rail’s fleet management provider overseeing the provision and management of key road fleet elements which will include the following as a minimum:
— Implementation and transition management (Mobilisation),
— Single online fleet management platform that integrates data from other IT platforms and provides our Routes and Central teams with access to management data for all of the vehicles within their portfolio,
— Grey fleet management,
— Accident and claims management,
— Vehicle distributions, movements and re-allocations,
— Scheduling vehicles for Service, Maintenance and Repairs (SMR),
— Management of vehicle downtime and asset utilisation,
— Management and reconciliation of vehicle mileage,
— Vehicle insurance/motor insurance database management,
— Short term hire management and vehicle utilisation including downtime management including liaison with the leasing company (excludes supply of vehicles),
— Provision of a driver support services including helpdesk/telephone,
— Provision of reporting and management information,
— Dedicated account management including complaints handling,
— Driver Licence Checking (c. 20 000 drivers),
— Breakdown and Recovery,
— Driver safety management,
— Disaster Recovery Planning,
— Vehicle Collection and delivery
The suppliers will also be required to provide details of and submit prices for the following services within their bid, however the bidders should note that these are services that Network Rail reserves the right to undertake themselves or appoint a 3rd party to deliver. These elements include:
1) Driver training;
2) Fleet administration including fines management (parking and penalty charges);
3) Management of Toll and congestion charges;
4) Managing notices of intended prosecution; and
5) Flexibility in choosing bespoke local supply chains within each Route.
As part of the procurement exercise Network Rail will accept variant bids which must as a minimum meet the requirements of the baseline specification (detailed above) and shall be able to be scored in line with the published tender evaluation criteria. Network Rail will consider a variant bid that includes all of the elements detailed above (noting that some elements are optional) and to also include the following services:
1) Management and procurement of the supply of vehicles;
2) Management and procurement for the supply of short term hire vehicles;
3) Procurement, fitment and management of vehicle telematics (for vehicles supplied by the fleet partner); and
4) Management of the end of the life of a vehicle (disposal).
Network Rail reserves the right to amend these requirements and also reserves the right to award some, none, or all of the options as stated.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Up to an additional 1 year will be included as an option within this agreement.
II.2.13)Information about European Union funds
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
As set out in the tender documentation.
III.1.2)Economic and financial standing
As set out in the tender documentation.
As set out in the tender documentation.
III.1.3)Technical and professional ability
As set out in the tender documentation.
As set out in the tender documentation.
III.1.6)Deposits and guarantees required:
N/A
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
N/A
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/A
III.2.2)Contract performance conditions:
N/A
Section IV: Procedure
IV.1.1)Type of procedure
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Milton Keynes
United Kingdom
VI.5)Date of dispatch of this notice: