Vehicle Hire Solutions

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Goods)
Duration
4 year
Value
£450M
Sector
TRANSPORT
Published
31 Oct 2022
Delivery
To 08 Nov 2026 (est.)
Deadline
29 Nov 2022 15:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service (CCS) as the Authority intends to put in place a pan Government framework agreement for the provision of vehicle hire services 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 will replace the previous RM6013 Public Sector Vehicle Hire Solutions framework agreement. Further information is included in the Additional Information section VI.3.

Lot Division

1 Hire of cars, Light Commercial Vehicles (LCV) up to 3.5T
  • Value: £248M

Hire of vehicles up to 3.5T”. Cars will be supplied as mandatory. Hire of Minibuses, 4x4s, Light Commercial Vehicles (LCVs), Car Share, and International Rental supplied as desirable, but not on a mandatory basis. It will be mandatory for the Supplier to offer an online booking system which allows the Buyer to place a Vehicle and Equipment Order for standard vehicles for hires of up to 27 days. For hires of over 27 days in Lot 1, the Supplier shall make available telephone and email booking in addition to, or instead of, an online booking system. The associated deliverables for Lot 1 are described within Section 4 of Framework Schedule 1 (Specification) of the Framework Contract. The Shared Deliverables described in Section 3 will also be applicable to Lot 1.

2 Hire of LCVs up to 3.5T, 4x4s, HGVs from 3.5T - 7.5T
  • Value: £90M

It is mandatory for the Supplier to be able to provide at least one of the following vehicle types for hire in the UK: - Light Commercial Vehicles (LCVs) of standard build up to 3.5T - 4x4s - Heavy Goods Vehicles (HGVs) between 3.5T and 7.5T For all hires in Lot 2, the Supplier shall make available telephone and email booking in addition to, or instead of, an online booking system. The associated deliverables for Lot 2 are described within Framework Schedule 1 (Specification) of the Framework Contract. The Shared Deliverables described in Section 3 will also be applicable to Lot 2.

3 Hire of HGVs from 7.5T upwards
  • Value: £22M

Provision of Heavy Goods Vehicles (HGVs) from 7.5T” and above, including but not limited to municipal, waste management and street scene vehicles, tractor units, trailers, hot boxes, tippers, dropsides and vehicle mounted cranes. For all hires in Lot 3, the Supplier shall make available telephone and email booking in addition to, or instead of, an online booking system. The associated deliverables for Lot 3 are described within Framework Schedule 1 (Specification) of the Framework Contract. The Shared Deliverables described in Section 3 will also be applicable to Lot 3.

4 Hire for emergency services and specialist healthcare operational vehicles
  • Value: £45M

Provision of emergency response vehicles, including, but not limited to rapid response vehicles responding to urgent and emergency 999 calls, provision of specially adapted non-standard vehicles used for patient transport services and other specialist healthcare operational vehicles, such as mobile medical trailers and vehicles. It is mandatory for the Supplier to be able to provide at least one vehicle type within the scope of this Lot. The associated deliverables for Lot 4 are described within Framework Schedule 1 (Specification) of the Framework Contract. The Shared Deliverables described in Section 3 will also be applicable to Lot 4.

5 Car Share (standalone)
  • Value: £45M

It is mandatory for the Supplier to be able to provide at least one of the following options to the Buyer: - Car Share Publicly Accessible Vehicles - Car Share Dedicated Vehicles - Car Share Mixed Use Vehicles - Car Share Technology Only The associated deliverables for Lot 5 are described within Framework Schedule 1 (Specification) of the Framework Contract. The Shared Deliverables described in Section 3 will also be applicable to Lot 5.

Award Criteria

Quality 70
price 30

CPV Codes

  • 34100000 - Motor vehicles
  • 34111000 - Estate and saloon cars
  • 34113000 - 4-wheel-drive vehicles
  • 34115000 - Other passenger cars
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 34130000 - Motor vehicles for the transport of goods
  • 34140000 - Heavy-duty motor vehicles
  • 34114000 - Specialist vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 34400000 - Motorcycles, bicycles and sidecars

Indicators

  • This is a recurring contract.
  • 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/f5580561-f493-48e5-bfb7-dd9dbc... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced 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. CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. 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-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains