Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
City Building (Glasgow) LLP
350 Darnick Street
Glasgow
G21 4BA
UK
Telephone: +44 1412872328
E-mail: maureen.mitchell@citybuildingglasgow.co.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.citybuildingglasgow.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002
I.1) Name and addresses
City Building (Contracts) LLP
350 Darnick Street
Glasgow
G21 4BA
UK
Contact person: Maureen Mitchell
E-mail: maureen.mitchell@citybuildingglasgow.co.uk
NUTS: UKM82
Internet address(es)
Main address: www.citybuildingglasgow.co.uk
I.2) Joint procurement
The contract involves joint procurement
I.4) Type of the contracting authority
Other: A subsidiary company of 2 public bodies
I.5) Main activity
Other: Maintenance, Construction and Manufacturing
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Vehicle Fleet Provision and Support Services
Reference number: CBG122
II.1.2) Main CPV code
50111110
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of fleet and support services complete with on site managed service.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
20 526 870.05
GBP/ Highest offer:
21 426 342.60
GBP
II.2) Description
II.2.2) Additional CPV code(s)
50111000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow and Central Belt of Scotland.
II.2.4) Description of the procurement
City Building (Glasgow) LLP (CBG) requires to procure the provision of a vehicle fleet and support services with an on-site managed service based at CBG's complex at 350 Darnick Street Glasgow G21 4BA. CBG requires to procure on a flexible rental basis with a one day liability(date of termination is the last day of chargeable hire) with no charges or penalties for on and off renting.
The fleet can fluctuate in size but is generally 800 vehicles. This is a typical reflection of the operation requirements however bidders should note that during the life of the contract the fleet will fluctuate to meet CBG business demands. A variety of commercial vehicle types is involved and will be fully detailed in the tender documents.
There is potential during the life of the contract awarded for this process, for the volume of vehicles to increase by approximately 30 % beyond the vehicles stated in the tender documents and this could involve a variety of vehicles including cars.
The contract will be awarded on the basis of a single source supply.
All vehicles shall be new with 68 and /or 19 registration plates with delivery mileage only.
The tender documents will provide the full scope of the requirement.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60 %
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland)Regulations 2015.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2018/S 243-555533
Section V: Award of contract
Contract No: CBG122
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/04/2019
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Enterprise Rent-A-Car
Enterprise House, Vicarage Road
Egham
TW20 9JY
UK
Telephone: +44 1784485747
Fax: +44 1784221377
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
20 526 870.08
GBP
/ Highest offer:
21 426 342.60
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Economic operators may be excluded from this competition if they are in any situation referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Bidders amendments-bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to the offer. Bidders will be required to complete the bidders amendment certificate contained in the buyers attachment area of PCS-T
The successful bidder will hold current membership of the British Vehicle Leasing and Rental Association or a similarly recognised organisation.
The successful bidder or company working on their behalf will be required to provide evidence of a current and valid Waste Carrier Licence certificate. The final disposal site for the waste tyres should hold an appropriate waste management licence as awarded by a regulatory authority.
TUPE — CBG considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply. It is the bidder’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstance of the contract and act accordingly.
Non collusion: bidders will be required to complete the non collusion certificate contained within the buyers attachment area of PCS-T.
Freedom of information: information on the FOI Act is within Instruction to bidders. Bidders must note the implications of this legislation and ensure that any information they wish CBG to consider withholding is specifically indicated on the FOI Certificate contained within buyers attachment area of PCS-T.(NB City Building (Glasgow) LLP does not bind itself to withhold this information).
Additional information relevant to this tender can be found in the tender documents, Terms and conditions and ESPD(S) guidance document located in the buyer attachment area of Public Contract Scotland -Tender (PCS-T).
Potential future requirements: the winning bidder will be expected during the duration of the contract to support CBG in any new operational initiatives/systems that may be implemented which may involve electric and/or Hybrid vehicles and Telematics.
IT integration and additional services may be required during the course of the contract.
Request for documentation: if so, required by CBG, the bidder will be expected to provide all documentation as specified in the ESPDS. This is known as a request for documentation. When the request for documentation is made, bidders must supply the relevant information within the time stipulated. Failure to provide this information within the specified time may result in your bid being rejected.
Bidders must note that CBG Christmas holiday period is
close of business — 12:00 noon Thursday 20.12.2018
Re-open – 8:30 a.m. Monday 7.1.2019.
Any bidders questions will not be answered during this period. CBG will respond to any questions as soon as possible after re-opening. CBG expects the successful bidder to deliver a range of community benefits meeting CBG’s priorities in partnership with CBG, to maximise the added benefit from the contract.
Community benefits will be mandatory on a pass/fail basis and will therefore not be evaluated as part of the tender evaluation. Community benefits will therefore be a contractual requirement and form part of the awarded contact. The successful bidder will be obliged to deliver their commitments. This element will be monitored continuously throughout the contract life and measured via KPI’s.
Bidders must commit to paying 0,5 % of the annual income derived from this contract with CBG to community benefits the detail of which to be determined by CBG, acting reasonably, following constructive discussions with the successful bidder.
(SC Ref:580655).
VI.4) Procedures for review
VI.4.1) Review body
City Building (Glasgow) LLP
350 Darnick Street
Glasgow
G21 4BA
UK
Telephone: +44 1412872328
Internet address(es)
URL: http://www.citybuildingglasgow.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
City Building(Glasgow)LLP must, by notice in writing as soon as possible, after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract. City Building (Glasgow) LLP must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 86 of the Public Contract (Scotland) Regulations 2015 “the Regulations”). City Building(Glasgow)LLP is obliged to comply with the Regulations and any eligible economic operator can bring an action in the sherriff court or the court of session where as a consequence of a breach by City Building (Glasgow) LLP, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that City Building (Glasgow) LLP must not enter into the contract unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to City Building (Glasgow) LLP seeking further clarification on the notice, to which City Building (Glasgow) LLP must respond within 15 days. Economic operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.
VI.5) Date of dispatch of this notice
26/04/2019