Vehicle Lease, Fleet Management & Salary Sacrifice

A Tender Notice
by CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Goods)
Duration
4 year
Value
£2B
Sector
TRANSPORT
Published
25 Jul 2022
Delivery
To 15 Aug 2026 (est.)
Deadline
05 Sep 2022 11:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Crown Commercial Service (CCS) as the Authority intends to put in place a pan Government framework agreement for the provision of vehicle lease, fleet management and vehicle salary sacrifice car schemes to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education, Devolved Administrations, British Crown Dependencies and British Overseas Territories, nationalised industry, voluntary bodies, charities and private sector organisations procuring on behalf of these bodies. This framework agreement will replace the previous CCS agreement Vehicle Lease, Fleet Management and Flexible Rental Solutions Framework RM6096. The scope of the framework covers the provision of lease vehicles up to 3.5 tonnes; the lease of specialist, commercial and municipal vehicles up to and including 7.5 tonnes (and over 7.5 tonnes); and the provision of independent fleet management services and salary sacrifice vehicle car schemes in the United Kingdom of Great Britain and Northern Ireland (UK).

Lot Division

1 Lease of vehicles up to 3.5 tonnes
  • Value: £2B

This lot provides the lease of passenger and light commercial vehicles up to 3.5 tonnes, including related lease management services and other associated services. Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot although this is not a mandatory requirement. The deliverables for Lot 1 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract will be awarded to 25 suppliers. The maximum number of suppliers for this lot may increase where two (2) or more bidders have tied scores in the last awarded position only.

Award Criteria
Quality 60
price 40
3 Independent fleet management services
  • Value: £40M

This lot provides independent fleet management services for passenger and commercial vehicles including, but not limited to, the sourcing of purchased vehicles from RM6060 (or the new agreement RM6244) and leased vehicles from Lots 1, 2a and 2b of this agreement. Suppliers are not permitted to fund vehicles themselves. 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. The deliverables for Lot 3 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract will be awarded to 15 suppliers. The maximum number of suppliers for this lot may increase where two (2) or more bidders have tied scores in the last awarded position only. We reserve the right to award a framework contract to any bidder whose final score is within 1% of the last awarded position.

Award Criteria
Quality 80
price 20
4 Salary sacrifice car schemes
  • Value: £2M

This lot provides salary sacrifice car schemes that are tailored to meet the Buyer’s organisational needs and promote the uptake of ultra low and zero emission vehicles to eligible employees. Suppliers on this lot will implement, manage and market the Buyer’s scheme and support the Buyer to meet their organisational policy and environmental commitments as well as their obligations under the Government's Road to Zero targets. The deliverables for Lot 4 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract will be awarded to 8 suppliers. The maximum number of suppliers for this lot may increase where two (2) or more bidders have tied scores in the last awarded position only. We reserve the right to award a framework contract to any bidder whose final score is within 1% of the last awarded position.

Award Criteria
Quality 80
price 20
4 Lease of specialist, commercial and municipal vehicles up but not including 7.5 tonnes
  • Value: £250M

This lot provides the lease of specialist, commercial and municipal vehicles up to and including 7.5 tonnes including related lease management services and other associated services. Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot, although this is not a mandatory requirement. The deliverables for Lot 2a are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract will be awarded to 10 suppliers. The maximum number of suppliers for this lot may increase where two (2) or more bidders have tied scores in the last awarded position only.

Award Criteria
Quality 60
price 40
5 Lease of specialist, commercial and municipal vehicles 7.5 tonnes and ove
  • Value: £50M

This lot provides the lease of specialist, commercial and municipal vehicles over 7.5 tonnes including related lease management services and other associated services. Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot, although this is not a mandatory requirement. The deliverables for Lot 2b are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract will be awarded to 10 suppliers. The maximum number of suppliers for this lot may increase where two (2) or more bidders have tied scores in the last awarded position only.

Award Criteria
Quality 60
price 40

CPV Codes

  • 34100000 - Motor vehicles
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 31158000 - Chargers
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34144900 - Electric vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services
  • 50117100 - Motor vehicle conversion services
  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/52d2b4aa-c4f5-4a41-b903-4a3b33... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for the CCS framework. On 2.4.2014 the Government introduced its Government Security Classifications (GSC) scheme which replaced the Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite 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. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-sup pliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains