Notice Information
Notice Title
Provision of Short Term and Adhoc Vehicle Hire
Notice Description
Provision of Short Term and Adhoc Vehicle Hire
Lot Information
Van Hire
Lot 5 - Hire of vans.. Suppliers may be excluded from this competition if they do not comply with regulation 58 of the Public Contracts (Scotland)Regulations 2015.
Renewal: Option to extend by of 2 x 12 month
People Carriers (6-10 Seats) HireLot 2 - is for the hire of People Carrier vehicles with a 6-10 seating capacity.. Suppliers may be excluded from this competition if they do not comply with regulation 58 of the Public Contracts (Scotland)Regulations 2015.
Renewal: Option to extend by 2 x 12 month.
Small Medium & Large Cars HireLot 1 is for the hire of Small, Medium & Large Cars.. Suppliers may be excluded from this competition if they do not comply with regulation 58 of the Public Contracts (Scotland)Regulations 2015.
Renewal: Option to extend by of 2 x 12 month
Minibuses (16+ seats) HireLot 3 Minibuses Hire with seating capacity of 16+ seats.. Economic operators may be excluded from this competition if they do not comply with regulation 58 of the Public Contracts (Scotland)Regulations 2015.
Renewal: Option to extend by 2 x 12 month.
4x4 Pickup/ Towbar/Standard Cab HireLot 4 - the hire of 4x4 Pickup/ Towbar/Standard Cab.. Suppliers may be excluded from this competition if they do not comply with regulation 58 of the Public Contracts (Scotland)Regulations 2015.
Renewal: Option to extend by of 2 x 12 month
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000465913
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC266504
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
-
- CPV Codes
34100000 - Motor vehicles
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £600,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Dec 20169 years ago
- Submission Deadline
- 30 Jan 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- The initial contract period is for 24 months with an option to extend for a further 2 x 12 month.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH BORDERS COUNCIL
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- enquiries@eildon.org.uk, enquiries@liveborders.org.uk, procurement@scotborders.gov.uk
- Contact Phone
- +44 01896661166, +44 1750725900, +44 1835824000
Buyer Location
- Locality
- NEWTOWN ST BOSWELLS
- Postcode
- TD6 0SA
- Post Town
- Galashiels
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM91 Scottish Borders
- Delivery Location
- UKM24 Scottish Borders
-
- Local Authority
- Scottish Borders
- Electoral Ward
- Galashiels and District
- Westminster Constituency
- Berwickshire, Roxburgh and Selkirk
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC266504
Provision of Short Term and Adhoc Vehicle Hire - Provision of Short Term and Adhoc Vehicle Hire
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000465913-2016-12-09T00:00:00Z",
"date": "2016-12-09T00:00:00Z",
"ocid": "ocds-r6ebe6-0000465913",
"initiationType": "tender",
"parties": [
{
"id": "org-70",
"name": "Scottish Borders Council",
"identifier": {
"legalName": "Scottish Borders Council"
},
"address": {
"streetAddress": "Council Headquarters",
"locality": "Newtown St Boswells",
"region": "UK",
"postalCode": "TD6 0SA"
},
"contactPoint": {
"email": "procurement@scotborders.gov.uk",
"telephone": "+44 1835824000",
"faxNumber": "+44 1835825150",
"url": "http://www.publiccontractsscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.scotborders.gov.uk"
}
},
{
"id": "org-71",
"name": "Eildon Housing Association",
"identifier": {
"legalName": "Eildon Housing Association"
},
"address": {
"streetAddress": "The Weaving Shed, Ettrick Mill, Dunsdale Road",
"locality": "Selkirk",
"region": "UKM24",
"postalCode": "TD7 5EB"
},
"contactPoint": {
"email": "enquiries@eildon.org.uk",
"telephone": "+44 1750725900"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Housing Association",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-72",
"name": "Live Borders",
"identifier": {
"legalName": "Live Borders"
},
"address": {
"streetAddress": "Melrose Road",
"locality": "Galashiels",
"region": "UKM24",
"postalCode": "TD1 2DU"
},
"contactPoint": {
"email": "enquiries@liveborders.org.uk",
"telephone": "+44 01896661166",
"faxNumber": "+44 01896661177"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"name": "Scottish Borders Council",
"id": "org-70"
},
"tender": {
"id": "SBC/CPS/1179",
"title": "Provision of Short Term and Adhoc Vehicle Hire",
"description": "Provision of Short Term and Adhoc Vehicle Hire",
"status": "active",
"items": [
{
"id": "5",
"additionalClassifications": [
{
"id": "34100000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM24"
}
],
"relatedLot": "5"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "34100000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM24"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "34100000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM24"
}
],
"relatedLot": "1"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "34100000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM24"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "34100000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM24"
}
],
"relatedLot": "4"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-01-30T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-01-30T12:00:00Z"
},
"documents": [
{
"id": "DEC266504",
"documentType": "contractNotice",
"title": "Provision of Short Term and Adhoc Vehicle Hire",
"description": "Provision of Short Term and Adhoc Vehicle Hire",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC266504",
"format": "text/html"
}
],
"lots": [
{
"id": "5",
"title": "Van Hire",
"description": "Lot 5 - Hire of vans.. Suppliers may be excluded from this competition if they do not comply with regulation 58 of the Public Contracts (Scotland)Regulations 2015.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend by of 2 x 12 month"
}
},
{
"id": "2",
"title": "People Carriers (6-10 Seats) Hire",
"description": "Lot 2 - is for the hire of People Carrier vehicles with a 6-10 seating capacity.. Suppliers may be excluded from this competition if they do not comply with regulation 58 of the Public Contracts (Scotland)Regulations 2015.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend by 2 x 12 month."
}
},
{
"id": "1",
"title": "Small Medium & Large Cars Hire",
"description": "Lot 1 is for the hire of Small, Medium & Large Cars.. Suppliers may be excluded from this competition if they do not comply with regulation 58 of the Public Contracts (Scotland)Regulations 2015.",
"status": "active",
"value": {
"amount": 600000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend by of 2 x 12 month"
}
},
{
"id": "3",
"title": "Minibuses (16+ seats) Hire",
"description": "Lot 3 Minibuses Hire with seating capacity of 16+ seats.. Economic operators may be excluded from this competition if they do not comply with regulation 58 of the Public Contracts (Scotland)Regulations 2015.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend by 2 x 12 month."
}
},
{
"id": "4",
"title": "4x4 Pickup/ Towbar/Standard Cab Hire",
"description": "Lot 4 - the hire of 4x4 Pickup/ Towbar/Standard Cab.. Suppliers may be excluded from this competition if they do not comply with regulation 58 of the Public Contracts (Scotland)Regulations 2015.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend by of 2 x 12 month"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2017-01-30T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "http://www.publiccontractsscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Information concerning Contract Performance conditions are contained within the ITT document."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "III. 1.1 of the notice is not applicable to this procurement exercise."
},
{
"type": "economic",
"description": "In accordance with Regulation 59(12)as this proposed Framework Agreement is divided into Lots these Economic and financial Standing selection criteria apply separately in relation to each lot. Should none of the following be satisfactory the Collaborating Bodies have the right to exclude the tenderer from the tender process.",
"minimum": "This section refers to Section B Part IV of the ESPD (Scotland). The Collaborating Bodies will access a Creditsafe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderers Economic and Financial Standing. In the event that this analysis is unavailable or unsatisfactory the Collaborating Bodies will request the following information: A copy of the organisation's audited accounts or equivalent for the most recent 2 years along with details of any significant changes since the last year end. OR A statement of the organisation's turnover profit and cash flow for the recent full year of trading or where a full year trading has not been completed the same information for the period applicable. OR A statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing. In the event that analysis of your financial position determines that additional measures are necessary in order to provide assurance of your financial strength, you may or may not be required to provide either a parent company guarantee or bank guarantee. Should none of the above be satisfactory to the Collaborating Bodies have the right to exclude the tenderer from the tender process. Insurance Requirements (ESPD Scotland) Question 4B5.1 It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types and levels of insurance indicated below: All Lots Employers Liability Insurance- minimum of GBP 5 million each and every claim Public Liability Insurance - minimum level of GBP 5 million each and every claim."
},
{
"type": "technical",
"description": "1. Relevant examples of previous supplies or services 2. Subcontracting 3.Quality Management Procedures - for information only 4.Environmental Management Systems or standards - for information only In accordance with Regulation 59(12) as this proposed Framework agreement is divided into lots these technical and professional ability selection criteria apply separately to each individual lot.",
"minimum": "Please refer to the statements when completing section 4C of the ESPD (Scotland). 4C.1.2 please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided): Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.10 bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 Quality Management Procedures Please note the following will be evaluated for information only no score will be applied to the responses: The tenderer has a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 4D.2 Environmental Management Systems or Standards The tenderer has a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. OR A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control) Statement for Part IV: Selection Criteria: There is no requirement to use section \"E\" GLOBAL QUESTION FOR ALL SELECTION CRITERIA for this procurement exercise."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 7
}
},
"classification": {
"id": "34100000",
"scheme": "CPV"
},
"reviewDetails": "Scottish Borders Council will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public Contracts (Scotland) Regulations 2015 (SSI, 2015 No.446) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session. An claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published on the OJEU or within 30days of the date the those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
"hasRecurrence": true,
"recurrence": {
"description": "The initial contract period is for 24 months with an option to extend for a further 2 x 12 month."
}
},
"language": "EN",
"description": "Tenderers are advised that the envisaged maximum number of participants to the proposed framework agreement as set out in section IV-3 of this contract notice is indicative. The Collaborating Bodies reserves the right to appoint more or less than this if to do so. Contract Management and KPIs Detailed in the specification Suppliers are required to provide management information on a monthly basis. Management Information requires a statement for services provided for each of the Collaborating Bodies Question Scoring methodology for Selection Criteria- Pass/Fail (ESPD) Award Criteria Questions as detailed in the Invitation to Tender documents. Award Scoring Methodology will be the following- Technical Scoring Guidance Technical responses will be evaluated using the following methodology: 0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement 1 Poor Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled 2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas 3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled 4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Non-Involvement in Serious Organised Crime: Suppliers should note that when it is judged by the Lead Collaborating Body (at their sole discretion) to be appropriate it will collaborate with the relevant bodies (including Police Scotland) to actively share significant elements of information provided and detailed in this response. The Collaborating Bodies will require the following documentation to be provided upon request and following the tender deadline date. Evidence of your company's insurance certification detailing the required level of insurance as per the levels stated within the Contract Notice. 1 Form of Tender 2 Certificate of Non Collusion, Canvassing & Declaration 3 Freedom of Information 4 Parent Company Guarantee (where determined from the financial review a Parent Company Guarantee or bank guarantee maybe requested) 5 Serious Organised Crime Declaration 6 Employers Insurance & Public Liability Insurance certificates The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7049. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause in this contract. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The provision of employment and training opportunities Work experience for young people and unemployed people How they will support SME's, social enterprise and supported businesses The type of support they will provide for schools & colleges How they will engage with & support community groups and projects Tenderers must provide details of who will be responsible for monitoring and delivery of the community benefit requirements Suppliers will be expected to deliver community benefits proportionate to the cumulative value of their individual contract and the requirement to deliver community benefits will be introduced when the cumulative spend for a contractor reaches GBP50,000. (SC Ref:465913)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000465913"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}