web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Hertford: Hertfordshire County Council and TPPL Vehicle Contract Hire Framework

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-018591/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Hertfordshire County Council
Postal address: County Hall, Pegs Lane, Pegs Lane
Town: Hertford
Postal code: SG13 8BQ
Country: United Kingdom
Telephone: +44 1954250517
Email: tenders@tppl.co.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Hertfordshire County Council and TPPL Vehicle Contract Hire Framework

Reference number: TPPLHCCCH03
II.1.2) Main CPV code: 34100000
Supplementary CPV code:
PA02
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Hertfordshire County Council invites tenders for organisations to participate in a 48 month Agreement for the contract hire of vehicles and ancillary goods/services. The framework will be used by the Council, and may also be used by all Local Authorities, housing providers, and other public sector organisations located in the United Kingdom.
The framework 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 TPPL are acting as an agent on behalf of the Council and will undertake individually or jointly all activities relating to this proposed framework.
A full list of the definable groups able to access the Framework is available at VI.3 of this notice.
II.1.5) Estimated total value:
Value excluding VAT: 250000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Passenger Cars

Lot No:1
II.2.2) Additional CPV code(s)
34110000
Supplementary CPV code: PA02

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Lot 1: Contract Hire of passenger cars comprising no more than 8 passenger seats in addition to the driver. Including Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuels.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 30000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:no
II.2.14) Additional information: The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

II.2.1) Title: Light Commercial Vehicles up to 5t

Lot No:2
II.2.2) Additional CPV code(s)
34131000,
Supplementary CPV code: PA0234134000,
Supplementary CPV code: PA0234136000,
Supplementary CPV code: PA0234139000
Supplementary CPV code: PA02

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Lot 2: Contract Hire of light commercial vehicles (LCVs) up to 7.0t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Biofuels. The lot also covers 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.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 100000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:no
II.2.14) Additional information: The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

II.2.1) Title: Medium, Heavy and Specialist Commercial Vehicles up to 44t

Lot No:3
II.2.2) Additional CPV code(s)
34140000,
Supplementary CPV code: PA0234210000,
Supplementary CPV code: PA0234130000
Supplementary CPV code: PA02

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Lot 3: Contract Hire of medium, heavy, and specialist commercial vehicles up to 44t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Biofuels. The lot also includes 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.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 35000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:no
II.2.14) Additional information: The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

II.2.1) Title: Pedestrian, Compact, and Chassis mounted road sweepers

Lot No:4
II.2.2) Additional CPV code(s)
34144430
Supplementary CPV code: PA02

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Lot 4: Contract Hire of pedestrian, compact, and chassis mounted road sweepers. Sweepers: Sub-compact, compact, mid-size, pedestrian and truck/chassis-mounted including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Biofuels. To include for any other type of vehicular based sweeper an Authority may require.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 25000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:no
II.2.14) Additional information: The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

II.2.1) Title: Minibus, Bus, and Coach any number of seats

Lot No:5
II.2.2) Additional CPV code(s)
34115200,
Supplementary CPV code: PA0234120000
Supplementary CPV code: PA02

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Lot 5: Contract Hire of minibuses, buses, and coaches with any range of seating. Vehicles may range from van conversions through to coach built. Options to include for accessible/non-accessible, single or double decked, articulated, and tri-axle vehicles. Vehicle may operate on any fuel type, including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Biofuels. This lot to include for any other passenger carrying vehicle an Authority may require.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 35000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:no
II.2.14) Additional information: The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

II.2.1) Title: Salary Sacrifice

Lot No:6
II.2.2) Additional CPV code(s)
34110000
Supplementary CPV code: PA02

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Lot 6: Provision of salary sacrifice schemes for provision of a wide range of vehicles, primarily passenger cars. Schemes to be bespoke for the individual Authority’s requirements. All schemes are to include for the provision of a web-based portal, accessible by the Authority’s Employees. Scheme options and features may include, but are not limited to:
-Bespoke scheme design.
-Provision of a web-based portal accessible via all major browsers, operating systems, and mobile devices (e.g. iOS and Android).
-Active promotion to employees, with suitable marketing materials and literature.
-Multiple leasing/funding companies.
-Salary deduction options, in addition to salary sacrifice.
-Full administration, including support with payroll.
-Comprehensive & fully managed driver services:
o24/7/365 support
oFull service, maintenance, and repair (“SMR”) support
oAccident management & reporting
oVehicle quotation system
oRisk mitigation solutions (to cover life events)
-Insurance.
-Grey fleet management.
-Pool car management.
-Comprehensive management information.
-Options for learner drivers to be included (not mandatory, and if offered may be with additional charges).
-EV charging equipment, including supply/install of such equipment.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 25000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:no
II.2.14) Additional information: The framework is for the purposes of maintained/non-maintained contract hire and may also include sale/leaseback of assets under all relevant Lots. As part of any lease awarded via call-off, the economic operators can provide appropriate and relevant ancillary services, including but not limited to livery, telematics, racking, maintenance services and chassis/body conversions.

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:As per procurement documents.
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.2.2) Contract performance conditions: As per procurement documents.

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
Framework agreement with several operators
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-07-22 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2024-07-22 Local time: 12:00 Place:TPPL offices

Information about authorised persons and opening procedure:Online tender, opened by duly authorised officers of TPPL.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
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:
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 Council intends to make the resulting agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services. Please see the following websites for further detail of these definable groups:

)

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 Members of the TPPL buying club can only be public sector organisations and their wholly owned subsidiaries who classify as a contracting authority.
For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

GO Reference: GO-2024617-PRO-26633761
VI.4) Procedures for review
VI.4.1) Review body
Official name: The High Court
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: N/A
Town: N/A
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council 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 Council 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 review procedure may be obtained
Official name: N/A
Town: Cottenham
Country: United Kingdom
VI.5) Date of dispatch of this notice:2024-06-17