Construction Tenders

Tue May 07 2024

Related Information

Construction Contract Leads

South East

Category Services

Type

No. of Lots 1

Status Active

Published 26th Apr 2024

Tender Details
Referenceocds-h6vhtk-045581
Common Procurement VocabularyRepair, maintenance and associated services of vehicles and related equipment
Procurement MethodOpen procedure
Value£1,500,000
« Previous Page

South East

Category Services

Type

No. of Lots 1

Status Active

Published 26th Apr 2024

Tender Details
Referenceocds-h6vhtk-045581
Common Procurement VocabularyRepair, maintenance and associated services of vehicles and related equipment
Procurement MethodOpen procedure
Value£1,500,000

Section I: Contracting authority

I.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Mr Adrian Ratcliff

Email

adrian.ratcliff [at] buckinghamshire.gov.uk

Telephone

+44 1296383337

Country

United Kingdom

NUTS code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

https://www.buckinghamshire.gov.uk/

Buyer's address

https://www.buckinghamshire.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.supplybucksbusiness.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplybucksbusiness.org.uk

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

Vehicle Inspection, Maintenance, Recovery and Repair Services

Reference number

DN720825

II.1.2) Main CPV code

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority's requirements for the provision of vehicle inspection, maintenance and repair services for a mixed fleet of vehicles ranging from 26 tonne refuse collection vehicles and 12 tonne food waste vehicles to light good vehicles such a caged tippers and 3.5t vans. The supplier must familiarise itself with and observe all legislation and all other statutes, statutory instruments, regulations and abide by the Authorities operator licence requirements.

It is important that the Supplier fully understands that the statutory requirements are only the minimum requirements for the Authority vehicles to be deemed roadworthy. The Authority seeks to maintain its fleet to a standard over and above these requirements by ensuring that all vehicles are kept in good working condition and never at risk of falling below those minimum statutory requirements.

When instructed by the Authority’s Representative, the Supplier shall be able to provide the following Services:

a. Inspection and servicing.

b. MOT preparation.

c. MOT (‘annual test’).

d. Repairs.

e. Roadside assistance and recovery.

The contract commencement date will be 1st August 2024 to 31st July 2027. There is two optional extensions 1st August 2027 to 31st July 2030 and 1st August 2030 to 31st July 2033. Making a potential nine-year total contract term.

Due to the lack of certainty as to the demand for the Services under this Contract, the Council has estimated the amount that it will spend under this Contract during the Contract Period, (including any possible extension periods) at £1,500,000.This is only an estimate and the actual spend maybe higher or lower than this figure.

The Council is of the opinion that TUPE will not apply.

II.1.5) Estimated total value

Value excluding VAT: £1,500,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

II.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

II.2.4) Description of the procurement

The Authority's requirements for the provision of vehicle inspection, maintenance and repair services for a mixed fleet of vehicles ranging from 26 tonne refuse collection vehicles and 12 tonne food waste vehicles to light good vehicles such a caged tippers and 3.5t vans. The supplier must familiarise itself with and observe all legislation and all other statutes, statutory instruments, regulations and abide by the Authorities operator licence requirements.

It is important that the Supplier fully understands that the statutory requirements are only the minimum requirements for the Authority vehicles to be deemed roadworthy. The Authority seeks to maintain its fleet to a standard over and above these requirements by ensuring that all vehicles are kept in good working condition and never at risk of falling below those minimum statutory requirements.

When instructed by the Authority’s Representative, the Supplier shall be able to provide the following Services:

a. Inspection and servicing.

b. MOT preparation.

c. MOT (‘annual test’).

d. Repairs.

e. Roadside assistance and recovery.

The contract commencement date will be 1st August 2024 to 31st July 2027. There is two optional extensions 1st August 2027 to 31st July 2030 and 1st August 2030 to 31st July 2033. Making a potential nine-year total contract term.

Due to the lack of certainty as to the demand for the Services under this Contract, the Council has estimated the amount that it will spend under this Contract during the Contract Period, (including any possible extension periods) at £1,500,000.This is only an estimate and the actual spend maybe higher or lower than this figure.

The Council is of the opinion that TUPE will not apply.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2024

This contract is subject to renewal

Yes

Description of renewals

The contract commencement date will be 1st August 2024 to 31st July 2027. There is two optional extensions 1st August 2027 to 31st July 2030 and 1st August 2030 to 31st July 2033. Making a potential nine-year total contract term.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract commencement date will be 1st August 2024 to 31st July 2027. There is two optional extensions 1st August 2027 to 31st July 2030 and 1st August 2030 to 31st July 2033. Making a potential nine-year total contract term.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

31 May 2024

Local time

12:00pm

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 months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

31 May 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a standstill period at the point when information on the award of

the contract is communicated to tenderers. The standstill period will be for a minimum of 10

calendar days and provides time for unsuccessful tenderers to challenge the award decision

before the contract is entered into. The Public Contracts Regulations 2015 provide for the

aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to

take action in the High Court (England, Wales and Northern Ireland)