web-banner-marketing2

Market Leads & Opportunities

UK-West Malling: Motor vehicles.

Type of document: Contract Notice
Country: United Kingdom

UK-West Malling: Motor vehicles.
Section I: Contracting Authority
I.1) Name and addresses
Commercial Services Kent Limited
A Wholly Owned Business of Kent County Council, Head Office, 1 Abbey Wood Road, West Malling, ME194YT, United Kingdom
Tel. +44 1954250517, Email: tenders@tppl.co.uk
Main Address:
NUTS Code: UKJ42
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: Yes.
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 abovementioned address
Tenders or requests to participate must be sent electronically via 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
Regional or local authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: CSKL & TPPL Vehicle Hire Framework 2017
Reference Number: Not provided
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 multi-lot Framework for the hire/rental of vehicles. The Framework will be used by CSKL and may also be used by all Local Authorities and all other Contracting Authorities located in the United Kingdom, a list of definable groups are provided within VI.3 of this notice.

The Agreement is also 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

The Agreement is also available to all members and associate members of the North East Procurement Organisation (NEPO). A list of members of NEPO is available here , and a full list of associate members is available here
II.1.5) Estimated total value:
Value excluding VAT: 110,000,000
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: Bidding organisations can bid on any combination of lots and be successful in one, several or all of the lots they have bid upon depending on the results of the evaluation process.

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Hire of Passenger Cars
Lot No: 1
II.2.2) Additional CPV codes:
34110000 – Passenger cars.
PA01-7 – Hire

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Hire of Passenger Cars including vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuels. This lot includes for the provision of bespoke car-club schemes.
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: 20,000,000
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: Yes
Description of renewals: Subject to satisfactory performance this framework will be re-procured in approximately 48 months.

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: Hire of Light Commercial Vehicles (LCVs) up to 3.5t
Lot No: 2
II.2.2) Additional CPV codes:
34136000 – Vans.
PA01-7 – Hire

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Hire of Light Commercial Vehicles (LCVs) and on/off road 4×4 vehicles up to 3.5 tonne, including vehicles operating on Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Bio fuels. The lot also covers hire of 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:
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: 30,000,000
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: Yes
Description of renewals: Subject to satisfactory performance this framework will be re-procured in approximately 48 months.

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: Hire of Medium Commercial Vehicles (MCVs) 3.5t up to 12.5t
Lot No: 3
II.2.2) Additional CPV codes:
34140000 – Heavy-duty motor vehicles.
PA01-7 – Hire
34130000 – Motor vehicles for the transport of goods.
PA01-7 – Hire
34210000 – Vehicle bodies.
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 including vehicles operating on Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Bio fuels. 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, 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: 15,000,000
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: Yes
Description of renewals: Subject to satisfactory performance this framework will be re-procured in approximately 48 months.

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: Hire of Welfare buses 5 seats up to 72 seats
Lot No: 4
II.2.2) Additional CPV codes:
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
34115200 – Motor vehicles for the transport of fewer than 10 persons.
PA01-7 – Hire

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Hire of Welfare Buses Coaches with 5 and up to 72 seats including vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuel. 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: 15,000,000
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: Yes
Description of renewals: Subject to satisfactory performance this framework will be re-procured in approximately 48 months.

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: Hire of Sweepers up to 18.5t
Lot No: 5
II.2.2) Additional CPV codes:
34144430 – Road-sweeping vehicles.
PA01-7 – Hire

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Hire of Sweepers including pedestrian, sub-compact, compact, mid-size and truck-mounted (up to 18.5 tonnes). This including vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuelled sweepers.
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: 10,000,000
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: Yes
Description of renewals: Subject to satisfactory performance this framework will be re-procured in approximately 48 months.

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. 6

II.2.1) Title: Hire of Heavy Goods Vehicles (HGVs) up to 44t
Lot No: 6
II.2.2) Additional CPV codes:
34140000 – Heavy-duty motor vehicles.
PA01-7 – Hire
34139000 – Chassis.
PA01-7 – Hire
34134000 – Flatbed and Tipper trucks.
PA01-7 – Hire

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Hire of Heavy Goods Vehicles from 12.5 tonnes to 44 tonnes including 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. This lot includes for vehicles operating on Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuel.
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: 20,000,000
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: Yes
Description of renewals: Subject to satisfactory performance this framework will be re-procured in approximately 48 months.

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
As per procurement documents.
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: 125
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: Yes
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: 08/03/2017 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: 08/03/2017
Time: 12:05
Place:
TPPL Offices, opening conducted via Delta system

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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: This tender is being undertaken as an open procedure, as detailed in Regulation 27 of the UK statutory instrument Public Contracts Regulations 2015/102 and Regulation 28 of the Scottish statutory instrument Public Contracts (Scotland) Regulations 2015/446.

CSKL invites tenders for organisations to participate in a 48 month Agreement (‘the Agreement’) for the Hire of Vehicles. The Agreement will be used by CSKL, the Council and may also be used by all Local Authorities and other organisations (“Eligible Bodies”) located in the United Kingdom, lists of all Eligible Bodies can be found at:

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, with further links to search for local authorities in Wales, Scotland and Northern Ireland:

The Agreement may also be used by all other contracting authorities within the UK, including but not limited to the following definable groups of contracting authorities:

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

The Agreement is also available to all members and associate members of the North East Procurement Organisation (NEPO). A list of members of NEPO is available here , and a full list of associate members is available here
For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

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:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/02/2017

Annex A