CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
National Procurement Service (Welsh Government) |
T’yr Afon, Bedwas Road |
Caerphilly |
CF83 8WT |
UK |
Fleet Category
Jackie Kay |
+44 3007900170 |
NPSFleet@wales.gsi.gov.uk |
|
http://npswales.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA27760
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Yes http://npswales.gov.uk/about-us/customer-member-organisations?lang=en
Welsh Public Sector Organisations named in the ITT
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityFramework for the supply of Vehicles Hire for Cars and Light Commercial Vehicles under 3.5 tonnes |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
|
|
|
|
|
|
|
|
|
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Wales
UKL |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged50 |
|
Duration of the framework agreement4 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement1500000027250000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Supplier shall supply vehicles to Customers on both short-term and long term hire, as and when required by Customers. The requirements of each hire shall be specified at the time of ordering.
The Agreement will be for a period of two years (with an option to extend the agreement for a further period of up to 2 years in multiples not exceeding 12 months).
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=13349
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe estimated expenditure on hire vehicles is GBP6.25million per annum across the identified participating Customers (the estimated expenditure in years 3 and 4 is expected to be GBP7million per annum due to the inclusion of Cardiff Council from 1st September 2016). These figures have been obtained from historical data and provide no guarantee of future expenditure.Detailed breakdown by Authority cannot be provided. |
|
|
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
n/a
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
n/a
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
The Authority actively encourages in respect of this framework sub Contracting and Joint Bidding. The Authority encourages consortia bids, especially from SMEs, for the framework. The Authority recognising the potential added value and community benefits that can come from SMEs working together and the positive impact on the economy of Wales.
The attached link provides further information
http://cymru.gov.uk/topics/improvingservices/bettervfm/publications/jointbidding/?lang=en
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
The Authority and the Customers are required to provide management information returns at regular intervals to a variety of stakeholders, therefore Suppliers will be expected to provide comprehensive detail on a monthly basis (or at time interval identified by Customers). Information should be submitted in the format agreed with the Authority and include as a minimum the following detail;
Organisational Name
Hire date
Supplier reference
Vehicle registration
Vehicle type
Number of days
Daily rate
Total price
Driver name
Driver department
Cost centre
Purchase Order Number
Driver phone
e mail
Refuel charge
Total mileage per hire
C02 emission status of vehicle
Vehicle Tracker information (where this is available).
Total CO2 for the journey.
The Authority and Supplier(s) shall agree Key Performance Indicators (KPI’s), during the implementation of the framework and any subsequent commitments, for the supply of vehicle hire. The Supplier(s) shall set up processes to monitor performance against the agreed KPI table in order to report to the Authority. The Supplier(s) shall at all times ensure compliance with the standards set by the KPI.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Details to be provided will be listed in the invitation to tender documents and etender.
|
III.2.2)
|
Economic and financial capacity
Details to be provided will be listed in the invitation to tender documents and etender.
|
III.2.3)
|
Technical capacity
Details to be provided will be listed in the invitation to tender documents and etender.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
Yes
|
|
|
|
No
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
NPS-FT-0009-15
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2014/S 070-120101 09-04-2014
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 02-02-2015
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 09-02-2015
14:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 3
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
All documents associated with this tender can be found on etenderwales at the following link:
www.etenderwales.bravosolution.co.uk
Project reference: project_29252
ITT reference: ITT_45521
(WA Ref:13349)
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:
It is expected that successful Suppliers will work with the Authority and Customers to assist with projects where reasonably possible.
Details about Community Benefits can be found in paragraph 44 of the Specification (ITT: Section 4).
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 15-01-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
National Procurement Service (Welsh Government) |
T’yr Afon, Bedwas Road |
Caerphilly |
CF83 8WT |
UK |
Jackie Kay |
+44 3007900170 |
NPSFleet@wales.gsi.gov.uk |
|
http://npswales.gov.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
National Procurement Service (Welsh Government) |
T’yr Afon, Bedwas Road |
Caerphilly |
CF83 8WT |
UK |
Jackie Kay |
+44 3007900170 |
NPSFleet@wales.gsi.gov.uk |
|
http://npswales.gov.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
National Procurement Service (Welsh Government) |
T’yr Afon, Bedwas Road |
Caerphilly |
CF83 8WT |
UK |
Jackie Kay |
+44 3007900170 |
NPSFleet@wales.gsi.gov.uk |
|
http://npswales.gov.uk |
|
|
ANNEX B
Information About Lots
|
1
26 Geographical Zones |
1)
|
Short Description
Comprises of 26 geographical zones and will be limited to a maximum of 4 suppliers per zone.
Zone 1 Blaenau Gwent
Zone 2 Bridgend
Zone 3 Caerphilly
Zone 4 Cardiff
Zone 5 Carmarthenshire
Zone 6 Ceredigion
Zone 7 Conwy
Zone 8 Denbighshire – North
Zone 9 Denbighshire – South
Zone10 Flintshire
Zone 11 Gwynedd – Arfon
Zone 12 Gwynedd – Dwyfor
Zone 13 Gwynedd – Merionydd
Zone 14 Isle of Anglesey
Zone 15 Merthyr Tydfil
Zone 16 Monmouthshire
Zone 17 Neath Port Talbot
Zone 18 Newport
Zone 19 Pembrokeshire
Zone 20 Powys - North
Zone 21 Powys- South
Zone 22 Rhondda Cynon Taff
Zone 23 Swansea
Zone 24 Torfaen
Zone 25 Vale of Glamorgan
Zone 26 Wrexham
The Framework will be awarded on 100% price following successful qualification and Suppliers will be ranked in price order.
All successful Suppliers admitted to the framework under lot 1 will be ranked in order of daily price (including collection and delivery, excluding insurance) submitted.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34000000 |
|
|
|
|
|
3)
|
Quantity or scope
The estimated expenditure on hire vehicles is GBP6.25million per annum across the identified participating Customers (the estimated expenditure in years 3 and 4 is expected to be GBP7million per annum due to the inclusion of Cardiff Council from 1st September 2016). These figures have been obtained from historical data and provide no guarantee of future expenditure.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
All Wales |
1)
|
Short Description
The All Wales Lot will have a total of 3 suppliers all with the ability to service all of the 3 boundaries across Wales this is based on the 4 Police Force boundaries with the exception of South Wales and Gwent Police forming a single boundary making the total of 3 boundaries:
North Wales
Dyfed Powys
South Wales
The Framework will be awarded on 100% price following successful qualification and Suppliers will be ranked in price order.
All successful Suppliers admitted to the framework will be ranked in order of daily price (including collection and delivery, excluding insurance) submitted.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34000000 |
|
|
|
|
|
3)
|
Quantity or scope
The estimated expenditure on hire vehicles is GBP6.25million per annum across the identified participating Customers (the estimated expenditure in years 3 and 4 is expected to be GBP7million per annum due to the inclusion of Cardiff Council from 1st September 2016). These figures have been obtained from historical data and provide no guarantee of future expenditure.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
3
Corporate Car Solutions |
1)
|
Short Description
The Corporate Car Solutions Lot will have a total of 3 suppliers all with the ability to service all of the 3 boundaries across Wales these are based on the 4 Police Force boundaries with the exception of South Wales and Gwent Police forming a single boundary making the total of 3 boundaries:
North Wales
Dyfed Powys
South Wales
The Framework will be awarded on 100% price following successful qualification.
The Authority is seeking innovative solutions to the provision of Corporate Cars. Suppliers are advised that they should submit bids to provide Corporate Car Solutions on an All Wales basis for the Welsh Public Sector. A maximum of 3 Suppliers across all boundaries. Suppliers must be able to provide Corporate Car Solutions for a selection of Cars (Small, Medium and Large Cars) across All Boundaries.Hire periods required will be 1 year, 2 years and 3 years.
Suppliers will be invited to submit indicative prices on a selection of Vehicles for ranking purposes and admittance onto the Agreement. Suppliers will not be held to these indicative prices. Suppliers will be ranked in price order and will be subject to mini competition.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34000000 |
|
|
|
|
|
3)
|
Quantity or scope
The estimated expenditure on hire vehicles is GBP6.25million per annum across the identified participating Customers (the estimated expenditure in years 3 and 4 is expected to be GBP7million per annum due to the inclusion of Cardiff Council from 1st September 2016). These figures have been obtained from historical data and provide no guarantee of future expenditure.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|