Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Vehicle Hire

  • First published: 01 July 2021
  • Last modified: 01 July 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-111680
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
01 July 2021
Deadline date:
30 July 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

1.4. The purpose of this tender exercise is to appoint a number of Framework Suppliers, each operating under the Framework Agreement, to provide vehicle hire services across a range of vehicle types. The Framework Agreement will cover the provision of hire for Cars, LCVs (under 3.5T GVW) and Specialist Vehicles (over 3.5T GVW) which will be made available to all NPS Customer organisations and will be a “one stop shop” for all Vehicle Hire requirements. CPV: 34100000, 34110000, 34115000, 34100000, 34130000, 34120000, 34115200, 34100000, 34140000, 34144000, 34133000, 34133110, 34134000, 34134200, 34142000, 34142100, 34142300, 34144211, 16700000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

National Procurement Service (Welsh Government)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Telephone: +44 3007900170

E-mail: commercialprocurement.fleet@gov.wales

NUTS: UKL

Internet address(es)

Main address: http://npswales.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Vehicle Hire

Reference number: NPS-FT-0110-21

II.1.2) Main CPV code

34100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

1.4. The purpose of this tender exercise is to appoint a number of Framework Suppliers, each operating under the Framework Agreement, to provide vehicle hire services across a range of vehicle types. The Framework Agreement will cover the provision of hire for Cars, LCVs (under 3.5T GVW) and Specialist Vehicles (over 3.5T GVW) which will be made available to all NPS Customer organisations and will be a “one stop shop” for all Vehicle Hire requirements.

II.1.5) Estimated total value

Value excluding VAT: 40 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Cars

II.2.2) Additional CPV code(s)

34110000

34115000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 1 covers the requirement for cars and will cover (but not limited to):

Small compact e.g. Fiesta or Peugeot 208 or equivalent.

Medium estate/hatchback e.g. Focus or Peugeot 308 or equivalent.

Large estate/hatchback e.g. Mondeo, Insignia or equivalent.

MPV (up to 8 passenger seats) e.g. Galaxy, Picasso or equivalent.

Where requested, the Framework Supplier must provide Ultra Low Emission Vehicles (ULEVs).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/09/2021

End: 31/08/2025

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

LCVs (below 3.5T GVW)

II.2.2) Additional CPV code(s)

34100000

34130000

34120000

34115200

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 2 covers the requirement for LCVs (below 3.5T GVW) and will cover (but not limited to):

Small Van e.g. Citroen Berlingo, Renault Kangoo, or equivalent.

Panel Van (Small, Medium, Large, Extra Large, Dual Cab/Crew, Cab Panel Vans) e.g. Transit, Vivaro or equivalent.

Cube Van (Small, Medium, Large) e.g. Ford Custom, Mitsubishi Canter or equivalent.

Small Pick-Up e.g. Isuzu D-Max Single Cab, Volkswagen Amarok or equivalent.

T-Tippers (Single Cab, Crew Cab, Tail Lift, Caged).

Luton with and without tail lift.

Dropside with and without tail lift.

4x4 with the ability to tow up to 3.5 tonnes laden weight e.g. Discovery, Kuga or equivalent.

Minibus (up to 9 passenger seats).

Minibus (10 – 17 passenger seats).

Where requested, the Framework Supplier must provide Ultra Low Emission Vehicles (ULEVs) where available

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/09/2021

End: 31/08/2025

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Specialist Vehicles (above 3.5T GVW)

II.2.2) Additional CPV code(s)

34100000

34140000

34144000

34133000

34133110

34134000

34134200

34142000

34142100

34142300

34144211

16700000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 3 will be split into nine vehicle types, as follows:

- Cargo and haulage vehicles including tractor units and trailers;

- Tippers

- Welfare / Minibuses

- Gulley Emptiers / Jetters

- Sweepers

- Waste Collection Vehicles

- Street Lighting Hoists / Tower Vehicles

- Winter Maintenance Vehicles

- Miscellaneous Vehicles (Hook Loaders, Telehandlers, Tractors, Site Welfare Units etc.)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/09/2021

End: 31/08/2025

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Bidders will be required to provide details of their Social Value commitments to be delivered through this Framework Agreement. Bidders will also be required to provide details of their Fair Work practice as per the Fair Work Wales - Report of the Fair Work Commission. Further details are included within the tender documentation.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 40

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-001857

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 30/07/2021

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 02/08/2021

Local time: 09:00

Place:

https://etenderwales.bravosolution.co.uk/web/login.shtml

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

NPS typically begins the process for renewing a Framework between 6 - 12 months prior to the expiry of the existing agreement.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Within the eTenderWales system, bidders should locate the following ITT: itt_88048 - Vehicle Hire

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=111680

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:

The NPS is committed to a performance and evidence-based approach to Social Value. Based on the National TOMs (Themes, Outcomes and Measures), developed in partnership with the National Social Value Taskforce for Wales (including WLGA and other Public Sector Stakeholders), Bidders are required to propose credible targets against which performance (for the Framework Supplier(s)) will be monitored. Further details are included within the tender documentation.

(WA Ref:111680)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

01/07/2021

Coding

Commodity categories

ID Title Parent category
34133000 Articulated trucks Motor vehicles for the transport of goods
34142000 Crane and dumper trucks Heavy-duty motor vehicles
34142300 Dumper trucks Crane and dumper trucks
34142100 Elevator-platforms trucks Crane and dumper trucks
34134000 Flatbed and Tipper trucks Motor vehicles for the transport of goods
34133110 Fuel-tanker trucks Articulated trucks
34140000 Heavy-duty motor vehicles Motor vehicles
34100000 Motor vehicles Transport equipment and auxiliary products to transportation
34120000 Motor vehicles for the transport of 10 or more persons Motor vehicles
34115200 Motor vehicles for the transport of fewer than 10 persons Other passenger cars
34130000 Motor vehicles for the transport of goods Motor vehicles
34115000 Other passenger cars Passenger cars
34110000 Passenger cars Motor vehicles
34144000 Special-purpose motor vehicles Heavy-duty motor vehicles
34134200 Tipper trucks Flatbed and Tipper trucks
16700000 Tractors Agricultural machinery
34144211 Turntable-ladder trucks Special-purpose motor vehicles

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
01 July 2021
Deadline date:
30 July 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
05 November 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
commercialprocurement.fleet@gov.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.