The Procurement Partnership Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | CSKL & TPPL Vehicle Rental Framework 2025 |
Notice type: | Contract Notice |
Authority: | The Procurement Partnership Ltd |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | CSKL invites tenders for organisations to participate in a 48-month Framework Agreement (‘the Agreement’) for the rental of vehicles, including passenger cars, accessible/non-accessible minibuses/coaches, light/medium commercials, heavy goods vehicles, and car clubs/pool car schemes. The Agreement will be used by CSKL and may also be used by all Local Authorities and other organisations (“Eligible Bodies”) located in the United Kingdom. |
Published: | 10/02/2025 16:36 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Commercial Services Kent Limited
Head Office, 1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
Tel. +44 1954250517, Email: tenders@tppl.co.uk
Main Address: www.commercialservices.org.uk
NUTS Code: UKJ
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Motor-vehicles./S8CGUT7D7J
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Motor-vehicles./S8CGUT7D7J to the abovementioned address
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: Not provided
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: CSKL & TPPL Vehicle Rental Framework 2025
Reference Number: TPPLCSKL03
II.1.2) Main CPV Code:
34100000 - Motor vehicles.
PA01-7 - Hire
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: CSKL invites tenders for organisations to participate in a 48-month Framework Agreement
(‘the Agreement’) for the rental of vehicles, including passenger cars, accessible/non-accessible minibuses/coaches,
light/medium commercials, heavy goods vehicles, and car clubs/pool car schemes. The Agreement will be used by
CSKL and may also be used by all Local Authorities and other organisations (“Eligible Bodies”) located in the United
Kingdom.
II.1.5) Estimated total value:
Value excluding VAT: 120,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Cars and light commercial vehicle rental 365 days
Lot No: 1
II.2.2) Additional CPV codes:
34110000 - Passenger cars.
PA01-7 - Hire
34136000 - Vans.
PA01-7 - Hire
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Hire of Passenger Cars and Light Commercial Vehicles including vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuels. Includes on/off road
4x4 vehicles up to 3.5 tonne, and the hire of vehicles with body conversions including but not limited to tippers, dropside, Luton, flat, curtain-side, recycling, aerial platform, jetter, cranes, street lighting and any other body type an Authority may require, including all vehicle racking.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Vehicles types and associated services that may not be easily identifiable as part of
the procurement documents can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 2
II.2.1) Title: Minibus, Bus, and Coaches with any number of seats rental
Lot No: 2
II.2.2) Additional CPV codes:
34115200 - Motor vehicles for the transport of fewer than 10 persons.
PA01-7 - Hire
34120000 - Motor vehicles for the transport of 10 or more persons.
PA01-7 - Hire
34121000 - Buses and Coaches.
PA01-7 - Hire
34121200 - Articulated buses.
PA01-7 - Hire
34121300 - Double-decker buses.
PA01-7 - Hire
34114400 - Minibuses.
PA01-7 - Hire
34114122 - Patient-transport vehicles.
PA01-7 - Hire
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Hire of Minibuses Buses, Buses and Coaches with any number of seats including vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. Accessible/non-accessible welfare buses will be van or coach-built. Coaches can be articulated, double or single decked or any other body type an authority may require.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Vehicles types and associated services that may not be easily identifiable as part of the procurement documents can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 3
II.2.1) Title: Medium, Heavy, and Specialist Commercial Vehicles rental up to 44t rental
Lot No: 3
II.2.2) Additional CPV codes:
34130000 - Motor vehicles for the transport of goods.
PA01-7 - Hire
34140000 - Heavy-duty motor vehicles.
PA01-7 - Hire
34144430 - Road-sweeping vehicles.
PA01-7 - Hire
34114000 - Specialist vehicles.
PA01-7 - Hire
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Hire of Medium Commercial Vehicles (MCVs) from 3.5 tonnes to 12.5 tonnes, Hire of Sweepers, including pedestrian, sub-compact, compact, mid-size and truck-mounted (up to 18.5 tonnes). Hire of Heavy Goods Vehicles up to 44t. Vehicles hired may operate on Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Biofuels or any other alternative powered drivetrain. Hire of medium commercial vehicles can include vehicles with body conversions including but not limited to tippers, drop-side, Luton, flat, curtain-side, recycling, aerial platform, jetter, cranes, street lighting and any other body type an Authority may require, including all vehicle racking.
Hire of heavy goods vehicles can include those with specialist and municipal bodies and conversions including but not limited to tippers, dropside, flat, beavertail, curtain-side, box, Luton, refuse collection, bin lifts and recycling bodies, gritter, snowplough and auger spreaders, tanker, gully emptier, aerial platforms, hook loader and demountable body systems, jetter, cranes, mobile library and offices, vehicle and plant recovery, street lighting and highway maintenance bodies, generators, temporary lighting and any other body type an Authority may require including associated trailers.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Vehicles types and associated services that may not be easily identifiable as part of the procurement documents can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 4
II.2.1) Title: Cars and light commercial vehicle long-term and flexible rental 365 days to 3 years
Lot No: 4
II.2.2) Additional CPV codes:
34110000 - Passenger cars.
PA01-7 - Hire
34136000 - Vans.
PA01-7 - Hire
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Hire of Passenger Cars and Light Commercial Vehicles on a longer-term and/or flexible duration. To include vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuels. Includes all the vehicles scoped under lots 1, 2 & 3, or any other body type an Authority may require, including all vehicle racking.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Vehicles types and associated services that may not be easily identifiable as part of the procurement documents can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
II.2) Description Lot No. 5
II.2.1) Title: Car clubs and pool car schemes, including travel management systems and packages.
Lot No: 5
II.2.2) Additional CPV codes:
34110000 - Passenger cars.
PA01-7 - Hire
34136000 - Vans.
PA01-7 - Hire
50111100 - Vehicle-fleet management services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Access to, or creation of car club schemes as required by an Authority. Types of schemes can include (but are not limited to) dedicated schemes, for which vehicles are dedicated only for use by the
Authority. Access to publicly available schemes for the Authority. An Authority could seek a blended or mixed scheme comprising a combination of dedicated and publicly accessible vehicles. Alternatively, an Authority can engage with the supplier to use their software and systems to create a scheme using the Authority’s existing vehicles and infrastructure.
Vehicle types to be available under schemes includes (but is not limited to) Passenger Cars and Light Commercial Vehicles including those operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels. Includes on/off road 4x4 vehicles up to 3.5 tonne.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Vehicles types and associated services that may not be easily identifiable as part of the procurement documents can be specified by individual Eligible Bodies during their call-off processes. Therefore
other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 90
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/03/2025 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 21/03/2025
Time: 12:05
Place:
TPPL Offices
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months from publication of this contract notice.
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The 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. The Agreement is accessible by all local authorities in England, Scotland, Wales and Northern Ireland. The following links provide an opportunity to search for local authorities in England, Wales, Scotland and Northern Ireland. The Agreement may also be used by all other Eligible Bodies within the UK, including but not limited to the definable groups of contracting authorities in the links provided.
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
https://gov.wales/find-your-local-authority
http://www.nidirect.gov.uk/local-councils-in-northern-ireland
http://www.cosla.gov.uk/councils
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
https://www.housingregulator.gov.scot/landlord-performance/landlords)
https://gov.wales/registered-social-landlords
https://www.nidirect.gov.uk/contacts/housing-associations
https://www.gov.uk/government/organisations/department-for-education
https://www.aoc.co.uk/about/list-of-colleges-in-the-uk
https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
http://www.schoolswebdirectory.co.uk/localauthorities.php
https://www.gov.uk/find-school-in-england
https://education.gov.scot/ParentZone
https://gov.wales/address-list-schools
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
https://www.england.nhs.uk/publication/nhs-provider-directory/
https://www.specialistinfo.com/trust_find.php?r=SC&s=3&l=0
https://www.scot.nhs.uk/organisations/
https://www.nhsinform.scot/scotlands-service-directory
https://www.nhs.wales/hpb/local-services/
https://aace.org.uk/uk-ambulance-service/
http://www.scottishambulance.com/TheService/organised.aspx
https://www.nidirect.gov.uk/contacts/health-and-social-care-trusts
https://www.gov.uk/government/organisations
http://www.northernireland.gov.uk/gov.htm
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
https://www.police.uk/pu/contact-us/uk-police-forces/
https://www.police.uk/pu/your-area/police-service-of-northern-ireland/
http://www.scotland.police.uk/
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
http://www.fireservice.co.uk/information/ukfrs
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
https://www.nifrs.org/contact-us/
http://www.firescotland.gov.uk/your-area.aspx
http://www.oscr.org.uk/
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas
https://communityleisureuk.org/members/
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL)
buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/. Members
of the TPPL buying club can only be public sector organisations and their wholly owned subsidiaries who classify as a
contracting authority.
TPPL are acting as an agent on behalf of CSKL and will undertake activities relating to this proposed Agreement, including but not limited to management of this tender process, evaluation of submissions, management of the Agreement when awarded, delivery of mini-competitions, assistance with direct awards and collection of associated Agreement fees
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Motor-vehicles./S8CGUT7D7J
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S8CGUT7D7J
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
A
A, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CSKL will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point
information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed/signed (as appropriate).
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
A
A, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 10/02/2025
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Commercial Services Kent Limited
Head Office, 1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
Tel. +44 1954250517, Email: tenders@tppl.co.uk
Main Address: www.commercialservices.org.uk
NUTS Code: UKJ
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: CSKL & TPPL Vehicle Rental Framework 2025 Reference number: TPPLCSKL03
II.1.2) Main CPV code:
34100000 - Motor vehicles.
PA01-7 - Hire
II.1.3) Type of contract: SUPPLIES
II.1.4) Short Description: CSKL invites tenders for organisations to participate in a 48-month Framework Agreement
(‘the Agreement’) for the rental of vehicles, including passenger cars, accessible/non-accessible minibuses/coaches,
light/medium commercials, heavy goods vehicles, and car clubs/pool car schemes. The Agreement will be used by
CSKL and may also be used by all Local Authorities and other organisations (“Eligible Bodies”) located in the United
Kingdom.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 20/02/2025
VI.6) Original notice reference:
Notice Reference: 2025 - 742151
Notice number in OJ S: 2025/S 000 - 004455
Date of dispatch of the original notice: 10/02/2025
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.2.1
Lot No: 4
Place of text to be modified: II.2.1) Title:
Instead of: Cars and light commercial vehicle long-term and flexible rental 365 days to 3 years
Read: Cars and light commercial vehicle long-term and flexible rental 365 days to 4 years (or longer)
VII.2) Other additional information: The 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. The Agreement is accessible by all local authorities in England, Scotland, Wales and Northern Ireland. The following links provide an opportunity to search for local authorities in England, Wales, Scotland and Northern Ireland. The Agreement may also be used
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Motor-vehicles./S8CGUT7D7J
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S8CGUT7D7J