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

NPS Vehicle Hire II framework

  • First published: 25 February 2017
  • Last modified: 25 February 2017

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-062388
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
25 February 2017
Deadline date:
24 March 2017
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

NPS wish to establish an All Wales Framework Agreement on behalf of the Welsh Public Sector (WPS). 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 WPS Vehicle Hire requirements CPV: 34100000, 34110000, 34136000, 34130000, 34114000, 34130000.

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: NPSFleet@wales.gsi.gov.uk

NUTS: UKL

Internet address(es)

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

Address of the buyer profile: http://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:

http://www.etenderwales.bravosolution.co.uk/


Additional information can be obtained from another address:

Additional information can be accessed via the etenderwales portal

N/A

UK

E-mail: NPSFleet@wales.gsi.gov.uk

NUTS: UKL

Internet address(es)

Main address: http://www.etenderwales.bravosolution.co.uk/

Tenders or requests to participate must be sent electronically to:

http://www.etenderwales.bravosolution.co.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Central Purchasing Body

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NPS Vehicle Hire II framework

Reference number: NPS-FT-0048-15

II.1.2) Main CPV code

34100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NPS wish to establish an All Wales Framework Agreement on behalf of the Welsh Public Sector (WPS). 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 WPS Vehicle Hire requirements

II.1.5) Estimated total value

Value excluding VAT: 60 000 000.00  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

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Type of Vehicles Used:

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

- Small compact

- Medium estate/hatchback

- Large estate/hatchback

- MPV (up to 8 passenger seats)

- Hybrid/electric

II.2.5) Award criteria

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

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

with an option to extend the agreement for a further period of up to 24 months in multiples not exceeding 12 months

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: Yes

Identification of the project:

Grant funding may become available to a Participating Organisation in the future in which event this information will be made available to the Economic Operator

Lot No: 2

II.2.1) Title

Light Commercial Vehicles (below 3.5T GVW)

II.2.2) Additional CPV code(s)

34136000

34130000

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

- Panel Van (Small, Medium, Large, Extra Large)

- Cube Van (Small, Medium, Large)

- 3.5T Tippers (Single Cab, Crew Cab, Tail lift, caged)

- Luton with and without tail lift

- 3.5T Dropside with and without tail lift

- 4x4 with the ability to tow up to 3.5 Tonnes laden weight

- Mini buses (up to 12 passenger seats)

- Mini buses (13 - 17 passenger seats)

Please note within the above vehicle types Hybrid/electric vehicles may be requested by customers at further competition

II.2.5) Award criteria

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

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

with an option to extend the agreement for a further period of up to 24 months in multiples not exceeding 12 months

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: Yes

Identification of the project:

Grant funding may become available to a Participating Organisation in the future in which event this information will be made available to the Economic Operator

Lot No: 3

II.2.1) Title

Specialist Vehicles (above 3.5T GVW)

II.2.2) Additional CPV code(s)

34114000

34130000

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

II.2.5) Award criteria

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

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

with an option to extend the agreement for a further period of up to 24 months in multiples not exceeding 12 months

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: Yes

Identification of the project:

Grant funding may become available to a Participating Organisation in the future in which event this information will be made available to the Economic Operator

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

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.

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:

2016/S 212-386114

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

Date: 24/03/2017

Local time: 14:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 24/03/2017

Local time: 14:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

24 months if extension period is not utilised.

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

Over 73 public sector organisations in Wales have committed to the NPS in principle, including all Local Authorities, NHS Bodies, Welsh Government and Welsh Government Sponsored bodies, the Police and Fire services and Higher and Further Education.

In accordance with Regulation 33(5) of the Public Contracts Regulations 2015, these procedures [i.e. the procedures for awarding call-off contracts under the framework] may be applied only between the contracting authorities clearly identified in the link below and the tender documentation.

http://gov.wales/docs/nps/Named-NPS-customers-OJEU-6th-September-2016.pdf

A copy of this list has been recorded at the time that this notice was published to ensure compliance with the requirements of the Public Contracts Regulations 2015.

The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.

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.wales/search/search_switch.aspx?ID=62388

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:

As detailed in the Tender documentation

(WA Ref:62388)

The buyer considers that this contract is suitable for consortia bidding.

VI.4) Procedures for review

VI.4.1) Review body

National Procurement Service (Welsh Government)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Telephone: +44 3007900170

Internet address(es)

URL: http://npswales.gov.uk

VI.5) Date of dispatch of this notice

23/02/2017

Coding

Commodity categories

ID Title Parent category
34100000 Motor vehicles Transport equipment and auxiliary products to transportation
34130000 Motor vehicles for the transport of goods Motor vehicles
34110000 Passenger cars Motor vehicles
34114000 Specialist vehicles Passenger cars
34136000 Vans Motor vehicles for the transport of goods

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:
25 February 2017
Deadline date:
24 March 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
03 June 2017
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
NPSFleet@wales.gsi.gov.uk
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.