Tender

Cambridge City Council - Taxi Licensing Vehicle Testing Stations

CAMBRIDGE CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

30 May 2024 at 15:32

Summary of the contracting process

The Cambridge City Council has issued a tender for Taxi Licensing Vehicle Testing Stations. The council is responsible for licensing Hackney Carriage Vehicles and Private Hire Vehicles in Cambridge. The vehicles need to pass a Certificate of Compliance every 6 months to ensure mechanical fitness and compliance with council requirements. Companies interested in testing and inspecting these vehicles need to adhere to council standards. The procurement method is an open procedure, and the tender period ends on 24th June 2024. The contract period begins on 28th August 2024 and ends on 30th June 2027.

This tender opportunity can benefit businesses involved in repair, maintenance, vehicle services, and taxi operations. Small and medium-sized enterprises (SMEs) are encouraged to participate. Businesses offering vehicle testing, inspection, and compliance services aligned with regulatory standards are well-suited to compete. The market for taxi services and vehicle maintenance in Cambridge presents growth potential for qualified businesses looking to engage in service contracts with the council.

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

Cambridge City Council - Taxi Licensing Vehicle Testing Stations

Notice Description

Cambridge City council is responsible for the licensing of Hackney Carriage Vehicles and Private hire Vehicles within the city. A requirement of being licensed with Cambridge City Council, is the licenced vehicle must be tested and pass a certificate of Compliance before they can be licenced. Once licenced they must undergo a Certificate of Compliance every 6 months. This is to ensure that the vehicle is mechanically fit and proper for its purpose as a licenced vehicle. The council currently has 377 vehicles licenced, all of which require 2 vehicle tests per year. At present, vehicles are inspected and tested at the council garage. The council would like to now review if there are companies who are interested in the testing/inspecting of these vehicles. The companies will be required to comply with council requirements. Inspections will not only cover the mechanical fitness of the vehicle (which must be to MOT standard), but also take into account its condition, cleanliness, the accuracy of the taximeter if fitted, also its suitability if appropriate, for use as a wheelchair accessible vehicle. Further to this, inspections will be required to ensure vehicle meet the councils current policy requirements. Inspections and tests are also required throughout the year for new or replacement vehicles and those repaired following accident damage. Wheelchair accessible vehicles, in addition to the full vehicle inspection, will also be required to undergo a short initial wheelchair vehicle specification test. Vehicles that fail a test will be permitted a re-test in line with DVSA guidance. Vehicles submitted outside of these guidelines will once again be subject to payment of the full vehicle inspection fee. When vehicles fail their MOT or certificate of compliance the garage will be required to immediately notify the council via e-mail by sending a testing check list letter. The MOT and Certificate of Compliance must be completed in triplicate, the first copy is to be given to the owner of the vehicle, the second copy is to be forwarded to the Licensing Team via email at Cambridge City Council and the third copy retained by the Vehicle Examiner in accordance with the requirements for retaining MOT data. It may, on occasions be necessary for an Officer of the Council's Licensing Section to attend a vehicle examination. At such times the appointed vehicle examiner (subject to HSE requirements) will be required to give the Licensing Officer access to the vehicle testing area.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f37d7b01-6d4f-4232-9b8b-fe75777c0821
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/fe5992d5-9b94-416b-9bae-dc6ff2f10b8f
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

60 - Transport services (excl. Waste transport)


CPV Codes

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

60120000 - Taxi services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 May 20241 years ago
Submission Deadline
24 Jun 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
27 Aug 2024 - 30 Jun 2027 2-3 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
CAMBRIDGE CITY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CAMBRIDGE
Postcode
CB2 3QJ
Post Town
Cambridge
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH4 Cambridgeshire and Peterborough
Small Region (ITL 3)
TLH42 Cambridgeshire CC
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)

Local Authority
Cambridge
Electoral Ward
Market
Westminster Constituency
Cambridge

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-f37d7b01-6d4f-4232-9b8b-fe75777c0821-2024-05-30T16:32:10+01:00",
    "date": "2024-05-30T16:32:10+01:00",
    "ocid": "ocds-b5fd17-f37d7b01-6d4f-4232-9b8b-fe75777c0821",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CAMBDC001-DN726370-83738012",
        "title": "Cambridge City Council - Taxi Licensing Vehicle Testing Stations",
        "description": "Cambridge City council is responsible for the licensing of Hackney Carriage Vehicles and Private hire Vehicles within the city. A requirement of being licensed with Cambridge City Council, is the licenced vehicle must be tested and pass a certificate of Compliance before they can be licenced. Once licenced they must undergo a Certificate of Compliance every 6 months. This is to ensure that the vehicle is mechanically fit and proper for its purpose as a licenced vehicle. The council currently has 377 vehicles licenced, all of which require 2 vehicle tests per year. At present, vehicles are inspected and tested at the council garage. The council would like to now review if there are companies who are interested in the testing/inspecting of these vehicles. The companies will be required to comply with council requirements. Inspections will not only cover the mechanical fitness of the vehicle (which must be to MOT standard), but also take into account its condition, cleanliness, the accuracy of the taximeter if fitted, also its suitability if appropriate, for use as a wheelchair accessible vehicle. Further to this, inspections will be required to ensure vehicle meet the councils current policy requirements. Inspections and tests are also required throughout the year for new or replacement vehicles and those repaired following accident damage. Wheelchair accessible vehicles, in addition to the full vehicle inspection, will also be required to undergo a short initial wheelchair vehicle specification test. Vehicles that fail a test will be permitted a re-test in line with DVSA guidance. Vehicles submitted outside of these guidelines will once again be subject to payment of the full vehicle inspection fee. When vehicles fail their MOT or certificate of compliance the garage will be required to immediately notify the council via e-mail by sending a testing check list letter. The MOT and Certificate of Compliance must be completed in triplicate, the first copy is to be given to the owner of the vehicle, the second copy is to be forwarded to the Licensing Team via email at Cambridge City Council and the third copy retained by the Vehicle Examiner in accordance with the requirements for retaining MOT data. It may, on occasions be necessary for an Officer of the Council's Licensing Section to attend a vehicle examination. At such times the appointed vehicle examiner (subject to HSE requirements) will be required to give the Licensing Officer access to the vehicle testing area.",
        "datePublished": "2024-05-30T16:32:09+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50100000",
            "description": "Repair, maintenance and associated services of vehicles and related equipment"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "60120000",
                "description": "Taxi services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2024-06-24T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-08-28T00:00:00+01:00",
            "endDate": "2027-06-30T23:59:59+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/fe5992d5-9b94-416b-9bae-dc6ff2f10b8f",
                "datePublished": "2024-05-30T16:32:09+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Advert",
                "url": "https://procontract.due-north.com/Advert?advertId=1ece0666-991e-ef11-812b-005056b64545"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-141569",
            "name": "Cambridge City Council",
            "identifier": {
                "legalName": "Cambridge City Council"
            },
            "address": {
                "streetAddress": "Cambridge City Council, Guildhall",
                "locality": "Cambridge",
                "postalCode": "CB2 3QJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jonathan Loneza",
                "email": "jonathan.loneza@cambridge.gov.uk",
                "telephone": "07718664779"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-141569",
        "name": "Cambridge City Council"
    }
}