SECTION I: CONTRACTING AUTHORITY
I.1)NAME, ADDRESSES AND CONTACT POINT(S)Eastern Shires Purchasing Organisation (see www.espo.org) and on behalf of the The North East Procurement Organisation (NEPO - see www.nepoportal.org)
Barnsdale Way, Grove Park, Enderby
Attn: Hollie Ruston - Asst. Contracts Admin Officer
LE19 1ES Leicester
UNITED KINGDOM
Tel. +44 1162944013
E-mail:
Fax +44 116-2944399
Internet address(es)
Address of the buyer profile www.espo.org
Further information can be obtained at: As in above-mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)
Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)
I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIESRegional or local authority
Other Local Authority Services
The contracting authority is purchasing on behalf of other contracting authorities Yes
SECTION II: OBJECT OF THE CONTRACT
II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authorityVehicle Hire (Self Drive) - 271/11.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Rental
NUTS code UK
II.1.3)The notice involvesThe establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged 40
Duration of the framework agreement: Duration in year(s): 3
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT
Range: between 20 000 000 and 200 000 000 GBP
II.1.5)Short description of the contract or purchase(s)Motor vehicles. Motor vehicles for the transport of goods. Passenger cars. Specialist vehicles. Road sweepers. Tenders are invited on a framework for the self-drive hire of a wide range of vehicles on a short to medium term basis, to include associated services that may also be required. The scope of the requirement encompasses cars, LCVs, LGVs, passenger transport vehicles and specialist vehicles (such as refuse collection vehicles and sweepers). It is also intended to offer the opportunity for bespoke solutions to be provided for individual customers to meet their specific operating needs & priorities, e.g. Master Vendor solutions, "Car Clubs” etc. An e-Auction process may be used to award subsequent call off contracts, following the reopening of competition among the parties to the Framework Agreement. Whilst initially for use by local authorities served by ESPO and NEPO (see www.espo.org and www.nepoportal.org for further details), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Central Government Departments and their Agencies; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/ojeu-framework-permissible-users.
II.1.6)Common procurement vocabulary (CPV)34100000, 34130000, 34110000, 34114000, 34921100
II.1.7)Contract covered by the Government Procurement Agreement (GPA)Yes
II.1.8)Division into lotsYes
tenders should be submitted for one or more lots
II.1.9)Variants will be acceptedNo
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scopeThe value of 20 000 000 GBP is the estimated potential value based on known participating Authorities. The value of participation by the wider public sector cannot be calculated accurately or guaranteed - but has nevertheless been incorporated within a range of 20 000 000 GBP to 200 000 000 GBP for the duration (including the extension option referred to at Section II.2.2).
II.2.2)OptionsYes
description of these options: The framework contract has the option to extend for up to a further 12 months. The total estimated values stated in Section II.1.4 include the option period.
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION Starting 1.11.2011. Completion 31.10.2014
INFORMATION ABOUT LOTS
LOT NO: 1 TITLE Vehicle Hire (Self Drive) - 271/111)SHORT DESCRIPTIONTenders are invited on a framework for the self-drive hire of a wide range of vehicles on a short to medium term basis, to include associated services that may also be required. The scope of the requirement encompasses cars, LCVs, LGVs, passenger transport vehicles and specialist vehicles (such refuse collection vehicles and sweepers). It is also intended to offer the opportunity for bespoke solutions to be provided for individual customers to meet their specific operating needs & priorities, e.g. Master Vendor solutions, "Car Clubs” etc.
2)COMMON PROCUREMENT VOCABULARY (CPV)34100000, 34130000, 34110000, 34114000, 34921100
3)QUANTITY OR SCOPEThe Agreement will be broken down into ‘Lots’, representing the elements of service, geography and vehicles types. It is appreciated that many tenderers may specialise in specific types of vehicles / areas and, as such, may not be able to make offers for all requirements. In this case, offers are sought for the services / areas / vehicles that can be provided. The tender document provides full details of the different Lots.
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedJoint and several liability.
III.1.4)Other particular conditions to which the performance of the contract is subjectYes
The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, culture, disability, gender, marital status, race, religion or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Sex Discrimination act 1975 and the Disability Discrimination Act 1995 and any regulations made there under. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Employment Equality (Age) Regulations 2006. The Supplier must comply with the provisions of the Race Relations Act 1976, the Race Relations (Amendment) Act 2002 and the Equality Act 2010 and shall ensure that they perform their responsibilities under this Agreement with due regard to the need to eliminate unlawful racial discrimination, and to promote equality of opportunity and good relationships between different racial groups.
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if requirements are met: As detailed in Invitation to Tender.
III.2.2)Economic and financial capacityMinimum level(s) of standards possibly required As detailed in Invitation to Tender.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if requirements are met:
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
Minimum level(s) of standards possibly required
As detailed in Invitation to Tender.
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
SECTION IV: PROCEDURE
IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)An electronic auction will be usedNo
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority271
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documentsTime limit for receipt of requests for documents or for accessing documents 6.9.2011
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate13.9.2011 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in days 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
SECTION VI: COMPLEMENTARY INFORMATION
VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATIONThe contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender. GO Reference: GO-2011811-PRO-2555421.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: ESPO and on behalf of NEPO, will incorporate a minimum 10 calendar days standstill period at the point information on the decision to award the contract is communicated to tenderers. This decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a tenderer did not meet any technical specification, the identity of the successful tenderer(s) and a precise statement of when the standstill period is expected to end. Any appeal or challenge against the award decision must be communicated to the address stated in section I.1 within the standstill period. If an appeal or challenge regarding the decision to award the contract has not been successfully resolved the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties who have suffered harm or are at risk of harm by a breach of the procurement rules to take action in the High Court (England Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months) (NB this time limit may be reduced to 30 days in circumstances where the contract award has been publicised to all participants in accordance with the Regulations). Where a legal challenge is launched against the award decision ESPO is obliged to suspend the making of the contract. Where a challenge is made after the contract has been entered into then that contract could be declared ineffective and/or shortened and/or a fine imposed by the court, but only where the court are satisfied that there has been a serious breach of the procurement rules.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:11.8.2011