Notice Information
Notice Title
Vehicle Fleet Provision and Support Services
Notice Description
Provision of Fleet and Support Services complete with on site managed service
Lot Information
Lot 1
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. 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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000563529
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR352641
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50111000 - Fleet management, repair and maintenance services
50111110 - Vehicle-fleet-support services
Notice Value(s)
- Tender Value
- £22,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Apr 20196 years ago
- Submission Deadline
- 6 Feb 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Apr 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- The Notice for any future retender is estimated to be November 2023
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CITY BUILDING (GLASGOW) LLP
- Additional Buyers
- Contact Name
- Maureen Mitchell
- Contact Email
- maureen.mitchell@citybuildingglasgow.co.uk
- Contact Phone
- +44 1412872328
Buyer Location
- Locality
- GLASGOW
- Postcode
- G21 4BA
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Springburn/Robroyston
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340061
Vehicle Fleet Provision and Support Services - Provision of Fleet and Support Services complete with on site managed service -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR352641
Vehicle Fleet Provision and Support Services - Provision of Fleet and Support Services complete with on site managed service
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-r6ebe6-0000563529-2019-04-26T00:00:00Z",
"date": "2019-04-26T00:00:00Z",
"ocid": "ocds-r6ebe6-0000563529",
"initiationType": "tender",
"parties": [
{
"id": "org-50",
"name": "City Building (Glasgow) LLP",
"identifier": {
"legalName": "City Building (Glasgow) LLP"
},
"address": {
"streetAddress": "350 Darnick Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4BA"
},
"contactPoint": {
"email": "maureen.mitchell@citybuildingglasgow.co.uk",
"telephone": "+44 1412872328",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "A subsidiary company of 2 public bodies",
"scheme": "TED_CA_TYPE"
},
{
"id": "Maintenance, Construction and Manufacturing",
"scheme": "COFOG"
}
],
"url": "http://www.citybuildingglasgow.co.uk"
}
},
{
"id": "org-51",
"name": "City Building (Contracts) LLP",
"identifier": {
"legalName": "City Building (Contracts) LLP"
},
"address": {
"streetAddress": "350 Darnick Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4BA"
},
"contactPoint": {
"name": "Maureen Mitchell",
"email": "maureen.mitchell@citybuildingglasgow.co.uk"
},
"roles": [
"buyer"
]
},
{
"id": "org-11",
"name": "City Building (Glasgow) LLP",
"identifier": {
"legalName": "City Building (Glasgow) LLP"
},
"address": {
"streetAddress": "350 Darnick Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4BA"
},
"contactPoint": {
"email": "maureen.mitchell@citybuildingglasgow.co.uk",
"telephone": "+44 1412872328",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "A subsidiary company of 2 public bodies",
"scheme": "TED_CA_TYPE"
},
{
"id": "Maintenance, Construction and Manufacturing",
"scheme": "COFOG"
}
],
"url": "http://www.citybuildingglasgow.co.uk"
}
},
{
"id": "org-12",
"name": "City Building (Contracts) LLP",
"identifier": {
"legalName": "City Building (Contracts) LLP"
},
"address": {
"streetAddress": "350 Darnick Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4BA"
},
"contactPoint": {
"name": "Maureen Mitchell",
"email": "maureen.mitchell@citybuildingglasgow.co.uk"
},
"roles": [
"buyer"
]
},
{
"id": "org-13",
"name": "Enterprise Rent-A-Car",
"identifier": {
"legalName": "Enterprise Rent-A-Car"
},
"address": {
"streetAddress": "Enterprise House, Vicarage Road",
"locality": "Egham",
"region": "UK",
"postalCode": "TW20 9JY"
},
"contactPoint": {
"telephone": "+44 1784485747",
"faxNumber": "+44 1784221377"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "City Building (Glasgow) LLP",
"id": "org-11"
},
"tender": {
"id": "CBG122",
"title": "Vehicle Fleet Provision and Support Services",
"description": "Provision of Fleet and Support Services complete with on site managed service",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50111000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow and Central Belt of Scotland"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 22000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-02-06T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-02-06T12:30:00Z"
},
"documents": [
{
"id": "DEC340061",
"documentType": "contractNotice",
"title": "Vehicle Fleet Provision and Support Services",
"description": "Provision of Fleet and Support Services complete with on site managed service",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340061",
"format": "text/html"
},
{
"id": "APR352641",
"documentType": "awardNotice",
"title": "Vehicle Fleet Provision and Support Services",
"description": "Provision of Fleet and Support Services complete with on site managed service",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR352641",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "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. 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",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60%"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2019-02-06T12:30:00Z",
"address": {
"streetAddress": "City Building (Glasgow) LLP's premises at 350 Darnick Street Glasgow G21 4BA"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"performanceTerms": "Key Performance Indicators are listed in the tender documents"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The successful bidder will hold current membership of the British Vehicle Leasing & Rental Association or a similarly recognised organisation."
},
{
"type": "economic",
"description": "Bidders must comply with the undernoted financial requirements in relation to Minimum Turnover, Trading Performance and Balance Sheet Strength in order to participate in the tendering process:- - Minimum Turnover Bidders require an annual Turnover level equivalent to at least twice the anticipated total contract value of 22m GBP. - Trading Performance Ratio An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items occurring in the normal course of business can be excluded from calculation. - Balance Sheet Strength Net worth of the organisation must be positive. Intangibles can be included for purposes of the Total Asset figure. The above ratios and minimum turnover requirements should be calculated on last two sets of accounts filed at Companies House. For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts. Bidders who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period during which they have been trading. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Where the Bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. City Building (Glasgow) LLP reserves the right, at its own discretion, to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.",
"minimum": "Bidders must hold or commit to obtain prior to the commencement of the contract if successful the following insurances - Employer's Liability insurance to the value of at least TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability insurance to the value of at least FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Such insurance shall extend to cover Sales & Service Indemnity. Products Liability insurance to the value of at least FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate. Comprehensive Road Risk cover. Professional Indemnity insurance to the value of a minimum FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate. To be maintained throughout the period of their services and for a further 2 years on completion of their service The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states. No organisation may sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, except with CBG'S express permission in writing. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of expressing an interest then the Bidder must certify in their response to this ESPDS that the specified insurance will be obtained prior to contract award, should they be successful."
},
{
"type": "technical",
"description": "ESPDS Question 4C.1.2 - Provide two relevant examples from within the last three years that demonstrate your organisation has the relevant and necessary skills, expertise and experience to deliver the service required by CBG.For each relevant example the following information should be provided but is not limited to - 1. an overview of the contract including customer name, contract start and completion date and contract value. 2. a thorough and detailed description for each example of the scope of the requirement and service provided by you demonstrating experience in an on-site managed service dealing with a large scale multi vehicle type contract the same or similar in scope and complexity to the CBG fleet. 3. Innovation aspects provided by the bidder for each example to include details of any service development and innovation to improve performance and efficiency of the fleet. Your response to this question should not exceed, for each example, 4 x A4 sides, this page count includes all text (Arial font 11), photographs, figures and diagrams. Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages beyond the maximum. Weighting The weighting will be out of 100 with 50% attributed to each example. A minimum pass mark of 60 out of 100 is required overall for this question. Any bidder who fails to achieve the minimum score for this question will be excluded from the process at this stage and the price submission will not be considered.",
"minimum": "The successful bidder will hold current membership of the British Vehicle Leasing & 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 Quality Assurance -ISO9001 or equivalent or procedures in place meet City Building(Glasgow) LLP's standards as detailed in the tender documents and ESPD Guidance Document Environmental Management Standards - ISO14001 or equivalent or procedures in place meet City Building(Glasgow) LLP's standards as detailed in the tender documents and ESPD Guidance Document Health and Safety - OHSAS18001 OR ISO45001 or procedures in place meet City Building(Glasgow) LLP's standards as detailed in the tender documents and ESPD Guidance Document Refer to CBG ESPD Guidance Documents for further information http://www.citybuildingglasgow.co.uk/tenders/ for furtherinformation regarding economic, environmental and social or employment-related considerations. Thisdocument can also be found within the attachments area on the PCS-T Portal."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "50111110",
"scheme": "CPV"
},
"reviewDetails": "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.",
"hasRecurrence": true,
"recurrence": {
"description": "The Notice for any future retender is estimated to be November 2023"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 243-555533"
}
],
"description": "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 & 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 - 12noon Thursday 20th December 2018 Re-open - 8.30am Monday 7th January 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)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000563529"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000563529"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "CBG122",
"suppliers": [
{
"id": "org-13",
"name": "Enterprise Rent-A-Car"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "CBG122",
"awardID": "CBG122",
"status": "active",
"dateSigned": "2019-04-18T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "38",
"measure": "lowestValidBidValue",
"value": 20526870.05
},
{
"id": "39",
"measure": "highestValidBidValue",
"value": 21426342.6
},
{
"id": "40",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "41",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "42",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "43",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "44",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "45",
"measure": "lowestValidBidValue",
"value": 20526870.08,
"relatedLot": "1"
},
{
"id": "46",
"measure": "highestValidBidValue",
"value": 21426342.6,
"relatedLot": "1"
}
]
}
}