Gatwick Airport Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Vehicle Contract Hire and Purchase |
Notice type: | Contract Notice |
Authority: | Gatwick Airport Limited |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Gatwick is seeking Suppliers with proven experience and capability to provide Vehicle Contract Hire and/or the options to purchase vehicles at Gatwick Airport. Gatwick currently has approximately 67 vehicles which are predominantly used across the airport for operational duties. This can include security and airside vehicles ranging from 17 seat minibuses, 4x4 saloons, hatch or pick up vehicles, vans of various designs up to 4.6t (usually below 3.5t) and passenger cars. All are operational vehicles. |
Published: | 17/01/2014 16:31 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
Contact: Email: procurement@gatwickairport.com, Attn: Norman Hall
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Other: Civil Aviation
I.3) Main activity:
Other: Civil Aviation
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of Vehicle Contract Hire and Purchase
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKJ24 - West Sussex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 500,000 and 800,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Motor vehicles. Vehicle-fleet management services. Gatwick is seeking Suppliers with proven experience and capability to provide Vehicle Contract Hire and/or the options to purchase vehicles at Gatwick Airport.
Gatwick currently has approximately 67 vehicles which are predominantly used across the airport for operational duties. This can include security and airside vehicles ranging from 17 seat minibuses, 4x4 saloons, hatch or pick up vehicles, vans of various designs up to 4.6t (usually below 3.5t) and passenger cars. All are operational vehicles.
II.1.6)Common Procurement Vocabulary:
34100000 - Motor vehicles.
50111100 - Vehicle-fleet management services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Lot 1 - Vehicle Lease, Contract Hire and Associated Products and Services.
Includes, but not limited to:
Option to hire vehicles on various term contracts ranging from 12 months to 5 years,
Option to hire short term contract hire/daily rental of cars and commercial vehicles including minibuses,
Advising on vehicle specifications and recommendations,
Road fund Licence, First registration, Delivery and Collection, Service and Maintenance, MOT, Breakdown cover, Relief Vehicle, Livery, Additional operational equipment, Racking, Telematics, Insurance, Accident Management, Traffic Offence Management, Tax Disc Management, Driver Licence Verification, Management of incumbent’s fleet of vehicles until termination.
Lot 2 - Purchase of Vehicles
Includes, but not limited to:
Option to purchase vehicles where a low mileage is anticipated over a longer term (could be up to 10 years) and it is more economical to purchase, Advising on vehicle specifications and recommendations, Delivery, Racking, Telematics,Tax Disc Provision,
Estimated value excluding VAT:
Range between: 500,000 and 800,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/07/2014
Completion: 30/06/2016
Information About Lots
Lot No: 1
Title: Lot 1 - Vehicle Lease, Contract Hire and Associated Products and Services.
1)Short Description:
Provision of operational vehicles on a contact hire/lease basis.
2)Common Procurement Vocabulary:
34100000 - Motor vehicles.
50111100 - Vehicle-fleet management services.
3)Quantity Or Scope:
The high level scope of services to be provided includes, but is not limited to, the following:
• Option to hire vehicles on various term contracts ranging from 12 months to 5 years
• Option to hire short term contract hire/daily rental of cars and commercial vehicles including minibuses
• Advising on vehicle specifications and providing demonstration vehicles were applicable
• First registration
• Delivery and Collection
• Relief Vehicles
• Additional operational equipment (e.g. top lights/racking)
• Telematics
Management of incumbent’s fleet of vehicles until termination
The following services are currently undertaken in house, however, Gatwick would like to understand the options available.
• Service and Maintenance
• MOT
• Breakdown cover
• Livery
• Insurance
• Accident Management
• Traffic Offence Management
• Road Fund Licence
• Driver Licence Verification
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Lot 2 - Purchase of Vehicles
1)Short Description:
Option to purchase vehicles for operational use where it is deemed more economical than leasing/hiring.
2)Common Procurement Vocabulary:
34100000 - Motor vehicles.
50111100 - Vehicle-fleet management services.
3)Quantity Or Scope:
• Option to purchase vehicles where a low mileage is anticipated over a longer term (could be up to 10 years) and it is more economical to purchase
• Advising on vehicle specifications and recommendations
• Delivery
• Racking
• Telematics
• Road Fund Licence
There may be a number of suppliers on the purchase of vehicles framework as we shall not be limited to one particular manufacturer and may require a range of vehicles. A single point of contact from each Supplier will be required to manage the contract in full.
The Supplier shall minimise disruption to the airport, its passengers and staff and any other interested party involved in the provision or use of the airport.
This information, in full, will be available to suppliers during the ITT stage of the procurement exercise.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
All requirements will be listed in the pre qualification document which can be downloaded from eDelta, further information in section IV.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All requirements will be listed in the pre qualification document which can be downloaded from eDelta, further information in section IV.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
All requirements will be listed in the pre qualification document which can be downloaded from eDelta, further information in section IV.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
All requirements will be listed in the pre qualification document which can be downloaded from eDelta, further information in section IV.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
All requirements will be listed in the pre qualification document which can be downloaded from eDelta, further information in section IV.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
All requirements will be listed in the pre qualification document which can be downloaded from eDelta, further information in section IV.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 1 and maximum number: 5
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 13090
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 10/02/2014
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 24/02/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 17/03/2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 2018
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: Voluntary Notice.
This document constitutes a voluntary contract notice and accordingly the procurement is not subject to Directive 2004/17/EC or the Utilities Contracts Regulations 2006 (as amended). As such, the Contracting Entity does not consider itself bound by those Regulations in any way. Any references to the EC Directive 2004/17/ECor the Utilities Contracts Regulations 2006 (as amended) in the contract notice, Tender Documents or any other tender documents should be read with this in mind. While the Contracting Entity is basing this tender process on the restricted procedure provided for in the Regulations, it does not consider itself bound by the provisions regarding that procedure and reserves the right to depart from that procedure as provided for in the Regulations at any time.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and / or documents for ths opportunity are available on https://www.delta-esourcing.com/delta.
You must register on thsi site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 6D48F62785
Please ensure you follow any instructions provided to you here.
The deadline for submitting your response(s) is 24.02.2014 12:00.
Please ensure that you allow yourself plenty of time when responding to thsi invite prior to the closing date and time, especially if you have been requested to upload documents.
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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-Motor-vehicles./6D48F62785
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6D48F62785
GO-2014117-PRO-5397455 TKR-2014117-PRO-5397454
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471
Body responsible for mediation procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471, URL: www.gatwickairport.com
VI.5) Date Of Dispatch Of This Notice: 17/01/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Gatwick: Motor vehicles.
I.1)Name, Addresses and Contact Point(s):
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
Contact: Email: procurement@gatwickairport.com, Attn: Norman Hall
I.2)Type of the contracting authority:
Other: Civil Aviation
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of Vehicle Contract Hire and Purchase
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
Region Codes: UKJ24 - West Sussex
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Motor vehicles. Vehicle-fleet management services. Gatwick is seeking Suppliers with proven experience and capability to provide Vehicle Contract Hire and/or the options to purchase vehicles at Gatwick Airport.Gatwick currently has approximately 67 vehicles which are predominantly used across the airport for operational duties. This can include security and airside vehicles ranging from 17 seat minibuses, 4x4 saloons, hatch or pick up vehicles, vans of various designs up to 4.6t (usually below 3.5t) and passenger cars. All are operational vehicles.
II.1.5)Common procurement vocabulary:
34100000 - Motor vehicles.
50111100 - Vehicle-fleet management services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender - 100
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 13090
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 13090
V.1)Date Of Contract Award: 25/06/2014
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: CLM Fleet Management
Postal address: Corporate House, Jenna Way, Interchange Park
Town: Newport Pagnell
Postal code: MK16 9QB
Country: United Kingdom
Telephone: +44 1908210100
Internet address: www.clm.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 500,000
Currency: GBP
Total final value of the contract
Value: 482,500
Currency: GBP
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
2: Award And Contract Value
Contract No: 13090-award notice
Lot Number: 1
Title: Agreement for Contract Hire
V.1)Date Of Contract Award: 25/06/2014
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: CLM Fleet Management
Postal address: Corporate House, Jenna Way, Interchange Park
Town: Newport Pagnell
Postal code: MK16 9QB
Country: United Kingdom
Telephone: +44 1908210100
Internet address: www.clm.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 500,000
Currency: GBP
Total final value of the contract
Value: 482,500
Currency: GBP
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
Voluntary Notice.This document constitutes a voluntary contract notice and accordingly the procurement is not subject to Directive 2004/17/EC or the Utilities Contracts Regulations 2006 (as amended). As such, the Contracting Entity does not consider itself bound by those Regulations in any way. Any references to the EC Directive 2004/17/ECor the Utilities Contracts Regulations 2006 (as amended) in the contract notice, Tender Documents or any other tender documents should be read with this in mind. While the Contracting Entity is basing this tender process on the restricted procedure provided for in the Regulations, it does not consider itself bound by the provisions regarding that procedure and reserves the right to depart from that procedure as provided for in the Regulations at any time.Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and / or documents for ths opportunity are available on https://www.delta-esourcing.com/delta.You must register on thsi site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.Suppliers must log in, go to your Response Manager and add the following Access Code: 6D48F62785Please ensure you follow any instructions provided to you here.The deadline for submitting your response(s) is 24.02.2014 12:00.Please ensure that you allow yourself plenty of time when responding to thsi invite prior to the closing date and time, especially if you have been requested to upload documents.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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=115961882
GO-20141013-PRO-6086020 TKR-20141013-PRO-6086019
VI.3.1)Body responsible for appeal procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471
Body responsible for mediation procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471, URL: www.gatwickairport.com
VI.4)Date Of Dispatch Of This Notice: 13/10/2014