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