Tender

GB-Telford: Fleet MOTs, Servicing and Safety Inspections

TELFORD & WREKIN COUNCIL

This public procurement record has 1 release in its history.

Tender

14 Feb 2019 at 10:59

Summary of the contracting process

Telford & Wrekin Council is currently conducting a tender for the provision of Fleet MOTs, Servicing, and Safety Inspections. This procurement process falls under the industry category of bus maintenance services and is taking place in Telford, West Midlands, UK. The tender is open and scheduled to close on 6th March 2019, with a contract period expected to commence on 1st April 2019 and run until 31st March 2020. The estimated contract value is between £50,000 and £100,000, and the authority is seeking to engage experienced service providers located within a six-mile radius of the Council's Fleet Depot.

This tender presents a significant opportunity for small and medium enterprises (SMEs) in the vehicle maintenance sector to expand their business through a contract with a local council. Businesses that specialise in bus maintenance services and have the capability to comply with the DVSA standards mentioned in the tender are well-suited to apply. With the potential for ongoing service contracts over the stipulated period, interested participants should prepare competitive bids to take advantage of this local government opportunity.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

GB-Telford: Fleet MOTs, Servicing and Safety Inspections

Notice Description

Telford and Wrekin Council (the 'Authority') is looking for an experienced and competent service provider to carry out Servicing, Safety Inspections and MOTs for its vehicle fleet, which includes coach built low floor minibuses, standard minibuses and light vans . Detail of vehicles are provided in the accompany documents. All work to vehicles shall be in accordance with the Driver and Vehicle Standards Agency (DVSA) Guide to maintaining roadworthiness - Commercial Goods and Passenger Carrying Vehicles (Revised 2018) and any other relevant statutory standards. The location of the workshop provided by the Supplier must be located within a six mile radius of the Council's Fleet Depot at Unit 28 St Georges Industrial Estate, St Georges Road, Donnington, Telford TF2 7QZ. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at https://www.delta-esourcing.com/tenders/UK-GB-Telford:-Fleet-MOTs%2C-Servicing-and-Safety-Inspections/94U5AH9T78 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 Contracting Authority reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Contracting Authority shall not be liable under any circumstances for any costs, charges or expenses incurred by any tenderer or prospective tenderer in responding to this notice or in taking part in this procurement process and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed. *Please note that all dates, time periods and figures in relation to values and volumes specified in this notice are approximate only and the Contracting Authority reserves the right to change any or all of them. *Bidders are advised that the Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Impact Regulations 2004 (EIR). If a Bidder considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The Contracting Authority shall take such statements into consideration in the event that it receives a request pursuant to FOIA and/or the EIR which relates to the information provided by the interested party. However, if the information is requested the Contracting Authority may be forced to disclose such documentation, irrespective of a Bidder's wishes. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response. *Bidders are advised that pursuant to the Local Government Transparency Code 2014, local authorities are also required to publish details of any contract, commissioned activity, purchase order, framework agreement and any other legally enforceable agreement with a value that exceeds PS5,000. The Contracting Authority is also subject to the reporting requirements set out in Regulations 83 and 84 of the Public Contracts Regulations 2015. The Contracting Authority reserves the right to publish details as required pursuant to the Local Government Transparency Code 2014 and the Public Contracts Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-b514b2b8-8b06-4e67-b6ca-295661c7dd22
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/43108520-de8e-4cf1-8e0a-ce40d7dc4f33
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50113200 - Bus maintenance services

Notice Value(s)

Tender Value
£100,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Feb 20197 years ago
Submission Deadline
6 Mar 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2019 - 31 Mar 2020 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TELFORD & WREKIN COUNCIL
Contact Name
Debbie Germany
Contact Email
debbie.germany@telford.gov.uk
Contact Phone
01952384065

Buyer Location

Locality
TELFORD
Postcode
TF3 4NT
Post Town
Telford
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG21 Telford and Wrekin
Delivery Location
TLG West Midlands (England)

Local Authority
Telford and Wrekin
Electoral Ward
Malinslee & Dawley Bank
Westminster Constituency
Telford

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b5fd17-b514b2b8-8b06-4e67-b6ca-295661c7dd22-2019-02-14T10:59:02Z",
    "date": "2019-02-14T10:59:02Z",
    "ocid": "ocds-b5fd17-b514b2b8-8b06-4e67-b6ca-295661c7dd22",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "BIP376979357",
        "title": "GB-Telford: Fleet MOTs, Servicing and Safety Inspections",
        "description": "Telford and Wrekin Council (the 'Authority') is looking for an experienced and competent service provider to carry out Servicing, Safety Inspections and MOTs for its vehicle fleet, which includes coach built low floor minibuses, standard minibuses and light vans . Detail of vehicles are provided in the accompany documents. All work to vehicles shall be in accordance with the Driver and Vehicle Standards Agency (DVSA) Guide to maintaining roadworthiness - Commercial Goods and Passenger Carrying Vehicles (Revised 2018) and any other relevant statutory standards. The location of the workshop provided by the Supplier must be located within a six mile radius of the Council's Fleet Depot at Unit 28 St Georges Industrial Estate, St Georges Road, Donnington, Telford TF2 7QZ. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at https://www.delta-esourcing.com/tenders/UK-GB-Telford:-Fleet-MOTs%2C-Servicing-and-Safety-Inspections/94U5AH9T78 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 Contracting Authority reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Contracting Authority shall not be liable under any circumstances for any costs, charges or expenses incurred by any tenderer or prospective tenderer in responding to this notice or in taking part in this procurement process and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed. *Please note that all dates, time periods and figures in relation to values and volumes specified in this notice are approximate only and the Contracting Authority reserves the right to change any or all of them. *Bidders are advised that the Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Impact Regulations 2004 (EIR). If a Bidder considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The Contracting Authority shall take such statements into consideration in the event that it receives a request pursuant to FOIA and/or the EIR which relates to the information provided by the interested party. However, if the information is requested the Contracting Authority may be forced to disclose such documentation, irrespective of a Bidder's wishes. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response. *Bidders are advised that pursuant to the Local Government Transparency Code 2014, local authorities are also required to publish details of any contract, commissioned activity, purchase order, framework agreement and any other legally enforceable agreement with a value that exceeds PS5,000. The Contracting Authority is also subject to the reporting requirements set out in Regulations 83 and 84 of the Public Contracts Regulations 2015. The Contracting Authority reserves the right to publish details as required pursuant to the Local Government Transparency Code 2014 and the Public Contracts Regulations 2015.",
        "datePublished": "2019-02-14T10:59:02Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50113200",
            "description": "Bus maintenance services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 50000,
            "currency": "GBP"
        },
        "value": {
            "amount": 100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2019-03-06T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-04-01T00:00:00+01:00",
            "endDate": "2020-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/43108520-de8e-4cf1-8e0a-ce40d7dc4f33",
                "datePublished": "2019-02-14T10:59:02Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Please follow this link to view the notice.",
                "url": "https://www.delta-esourcing.com/tenders/UK-GB-Telford:-Fleet-MOTs%2C-Servicing-and-Safety-Inspections/94U5AH9T78"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-34097",
            "name": "Telford & Wrekin Council",
            "identifier": {
                "legalName": "Telford & Wrekin Council"
            },
            "address": {
                "streetAddress": "Borough of Telford & Wrekin, Addenbrooke House",
                "locality": "Telford",
                "postalCode": "TF3 4NT",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Debbie Germany",
                "email": "debbie.germany@telford.gov.uk",
                "telephone": "01952384065"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-34097",
        "name": "Telford & Wrekin Council"
    }
}