Supply of Self Drive Vehicle Hire
Estimated value excluding VAT: 750 000 GBP.
UK-Oldbury: vans
2012/S 59-096062
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Sandwell Metropolitan Borough Council
Procurement Services, Sandwell Council House, Freeth Street
Contact point(s): Transform Sandwell Procurement Team
For the attention of: Sam Turner
B69 3DB Oldbury
UNITED KINGDOM
Telephone: +44 1215693619
E-mail: tspcm_team@sandwell.gov.uk
Internet address(es):
General address of the contracting authority: www.sandwell.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Rental
NUTS code UKG3
maximum number of participants to the framework agreement envisaged: 17
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 750 000 GBP
Sandwell Metropolitan Borough Council (the Council) is responsible for co-ordinating vehicle hire throughout the borough of Sandwell. Working with the Transform Sandwell procurement team, the Council wishes to run a tender exercise to establish a Framework Agreement for the Provision of Vehicle Hire to supply a range of cars, vans, mini-buses, tippers, gritters and other specialist vehicles.
Transform Sandwell is a strategic partnership between Sandwell Council & British Telecom delivering a range of corporate and support services over a 15 year period, including procurement and finance.
The framework agreement will last for three years, with the option to extend for a further year. To give an indication of the volume of business this could entail, during the last 12 months 545 vehicles were hired for 5 539 days. Annual expenditure for the supply of self drive vehicle hire is estimated to be in the region of 250 000 GBP. This figure is intended to be used as a guide only and is not a guarantee of the level of business that will be generated from this framework agreement.
The Council is following an open procedure for award of this framework agreement. Only those submissions which meet the minimum selection criteria will be evaluated. The minimum selection criteria are minimum standards which the Council will require its appointed contractors to meet or exceed and so are of a pass/fail nature. These are; mandatory exclusions (such as any conviction under Regulation 23 of the Public Contract Regulations 2006), economic & financial standing and insurance cover. It is unlikely that any tenderer which fails on the minimum selection criteria will proceed to the next round of evaluation, although the Council does reserve the right to consider each case on its merits, and assess the risks and implications involved in proceeding. Tenderers that meet the minimum selection criteria will then be scored on the evaluation criteria. Each vehicle contract award will be determined individually on price (90 %), vehicle availability (5 %) and delivery response (5 %). Tenderers can bid for as many of the vehicles as they wish, but for each vehicle they bid against they must provide 3 prices, one each for daily, weekly daily and monthly daily. The Council reserves the right to award the contracts to one or more contractors per vehicle. Once the framework is awarded, on each occasion that a relevant council employee has to order a specific vehicle type they must purchase from the supplier who has the relevant vehicle type available for delivery at the required time. Where more than one supplier has the vehicle type available for delivery at the required time the employee must purchase the vehicle from the cheapest of those suppliers.
All orders placed under the framework agreement will be in accordance with Sandwell MBCs Terms and Conditions for the Supply of Goods and Services and the Special Conditions of Contract for the Supply of Self Drive Vehicle Hire.
34136000, 34134000, 34140000
Section III: Legal, economic, financial and technical information
Contractor who does not have the minimum required standing, to satisfactorily resource the framework agreement, will be required to provide an undertaking from other entities to that effect, if such are to be relied upon. Full details are included within the tender document.
Supply of Goods and Services and the Special.
Conditions of Contract for the Supply of Self Drive Vehicle Hire.
The contractor will be a private limited or public limited company that has registered trading accounts with Companies House. The Council will obtain an independent financial report for each contractor from a business information service provider, (Dun and Bradstreet) who will have assessed the last 4 years (where appropriate) of accounts that were registered at Companies House. The report will be obtained using the company registration number as requested in the tender document.
The Dun and Bradstreet report provides a rating made up of 2 parts, financial strength indicator and risk indicator.
The financial strength indicator is based upon a businesses tangible net worth and ranges from 5A through to H, where 5A indicates the strongest financial strength and H indicates the weakest financial strength.
The risk indicator is derived from the percentile score and is classified and ranged from 1 through to 4, with 1 indicating the lowest risk and 4 the highest risk.
A tangible net worth bracket for H is from 0 GBP to 7 999 GBP.
The risk indicator value of 3 = a slightly greater than average risk of failure.
Follow weblink http://www.dnb.co.uk/_downloads/pdf/DnB_Rating_Guide.pdf for a more indepth explanation of the Dun and Bradstreet ratings.
For the purpose of this framework agreement a financial strength indicator of H and above, together with a risk indicator of 3 or above is required.
If the financial strength indicator and the risk indicator do not meet these requirements the contractor may rely upon the capacities of other entities or members in the group as provided in the tender document. In this instance the contractor or the group of contractors will provide an undertaking from the other entity to that effect. The Council will undertake further independent financial checks with Dun and Bradstreet of the entity that is willing to provide the undertaking to obtain their financial strength indicator and risk indicator which must be equal to or greater than the above required standard. Full details are included within the tender document.
Minimum level(s) of standards possibly required: The levels of insurance cover required for this framework agreement are as follows:
Public / Products Liability Cover 5 000 000 GBP per claim;
Employers Liability Cover 5 000 000 GBP per claim.
Full details are included within the tender document.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 90
2. Vehicle availability. Weighting 5
3. Delivery response. Weighting 5
Additional information about authorised persons and opening procedure: Nominated officers of Transform Sandwell & Sandwell MBC.
Section VI: Complementary information
In order to participate and submit a Tender you will need to register on e-Threes website at the following address: http://e-three.force.com/supplierzone
Then follow the registration procedure. There are self help registration guides and videos to assist you. Should you have any problems at this stage, e-Three provide both email and telephone support. Links and numbers are listed on the registration page.
Following registration, please confirm by email to tspcm_team@sandwell.gov.uk in order for your company to be invited to participate.
If you have any technical queries relating to the electronic tendering process please contact the eSourcing Team at the following email address or contact them directly:
TSPCM_team@sandwell.gov.uk
Andy Jukes.
Tel: +44 1215693635.
Anita Patel.
Tel: +44 1215693809.
Sam Turner.
Tel: +44 1215693619.
Sandwell MBC supports the West Midlands Regional Improvement and Efficiency Partnership (RIEP) recommendation with regards to collaborative working. As a result other local authorities within the Black Country Purchasing Consortium (Dudley, Walsall and Wolverhampton) may wish to utilise this contract any time during its course.
Sandwell MBC
Service Insight Team, Sandwell Council House, Freeth Street
B69 3DE Oldbury
UNITED KINGDOM
E-mail: serviceinsight_team@sandwell.gov.uk
Telephone: +44 8453597510
Internet address: www.sandwell.gov.uk
Body responsible for mediation procedures
As in VI.4.1
As in VI.4.1
VI.5)Date of dispatch of this notice:21.3.2012