Notice Information
Notice Title
Vehicle Body Repair and Refurbishment
Notice Description
Framework Agreement for Vehicle Body Repair and Refurbishment for Kirklees Council. Fleet is approximately 850 vehicles that vary in type and size. This is split into 2 Lots; Lot 1 Repair of Cars and Light Commercial Vehicles up to and including 7.5 tonne Lot 2 Repair of Heavy Commercial Vehicles over 7.5 tonnes
Lot Information
Lot 1 Repair of Cars and Light Commercial Vehicles up to and inc 7.5 tonnes
Vehicle Body Repair and Refurbishment of Cars and Light Commercial Vehicles up to and including 7.5 tonne
Lot 2 - Repair of Heavy Commercial Vehicles over 7.5 tonnesFramework Agreement for Vehicle Body Repair and Refurbishment of Heavy Commercial Vehicles over 7.5 tonnes
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032069
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019813-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50100000 - Repair, maintenance and associated services of vehicles and related equipment
50110000 - Repair and maintenance services of motor vehicles and associated equipment
50112110 - Body-repair services for vehicles
Notice Value(s)
- Tender Value
- £560,000 £500K-£1M
- Lots Value
- £560,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £560,000 £500K-£1M
Notice Dates
- Publication Date
- 20 Jul 20223 years ago
- Submission Deadline
- 19 Apr 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Jul 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KIRKLEES COUNCIL
- Contact Name
- Victoria Illingworth
- Contact Email
- victoria.illingworth@kirklees.gov.uk
- Contact Phone
- +44 1484221000
Buyer Location
- Locality
- HUDDERSFIELD
- Postcode
- HD1 2TA
- Post Town
- Huddersfield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE44 Calderdale and Kirklees
- Delivery Location
- TLE44 Calderdale and Kirklees
-
- Local Authority
- Kirklees
- Electoral Ward
- Newsome
- Westminster Constituency
- Huddersfield
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-032069-2022-07-20T17:11:58+01:00",
"date": "2022-07-20T17:11:58+01:00",
"ocid": "ocds-h6vhtk-032069",
"initiationType": "tender",
"tender": {
"id": "KMCTS-007",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Vehicle Body Repair and Refurbishment",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50112110",
"description": "Body-repair services for vehicles"
},
"mainProcurementCategory": "services",
"description": "Framework Agreement for Vehicle Body Repair and Refurbishment for Kirklees Council. Fleet is approximately 850 vehicles that vary in type and size. This is split into 2 Lots; Lot 1 Repair of Cars and Light Commercial Vehicles up to and including 7.5 tonne Lot 2 Repair of Heavy Commercial Vehicles over 7.5 tonnes",
"value": {
"amount": 560000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Lot 1 Repair of Cars and Light Commercial Vehicles up to and inc 7.5 tonnes",
"description": "Vehicle Body Repair and Refurbishment of Cars and Light Commercial Vehicles up to and including 7.5 tonne",
"value": {
"amount": 500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50%"
},
{
"type": "price",
"description": "50%"
}
]
}
},
{
"id": "2",
"title": "Lot 2 - Repair of Heavy Commercial Vehicles over 7.5 tonnes",
"description": "Framework Agreement for Vehicle Body Repair and Refurbishment of Heavy Commercial Vehicles over 7.5 tonnes",
"value": {
"amount": 60000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50%"
},
{
"type": "price",
"description": "50%"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
},
{
"scheme": "CPV",
"id": "50110000",
"description": "Repair and maintenance services of motor vehicles and associated equipment"
},
{
"scheme": "CPV",
"id": "50112110",
"description": "Body-repair services for vehicles"
}
],
"deliveryAddresses": [
{
"region": "UKE44"
},
{
"region": "UK"
},
{
"region": "UKE44"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
},
{
"scheme": "CPV",
"id": "50110000",
"description": "Repair and maintenance services of motor vehicles and associated equipment"
},
{
"scheme": "CPV",
"id": "50112110",
"description": "Body-repair services for vehicles"
}
],
"deliveryAddresses": [
{
"region": "UKE44"
},
{
"region": "UK"
},
{
"region": "UKE44"
},
{
"region": "UK"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44109&B=UK",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "List and brief description of selection criteria: Selection criteria as stated in the procurement documents. See Section 4 of the SQ (available to download at https://yortender.eu-supply.com Economic operators must be able to submit either a copy of the audited accounts for the most recent two (2) years if requested. If it cannot, then it must provide either: a) a statement of the turnover, Profit and Loss Account/ Income Statement, Balance Sheet/Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation; b) a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or c) alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status). Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of: a) the name of the organisation; b) the relationship to the economic operator completing the SQ; the organisation's company accounts (if available); and confirmation on whether or not this organisation would be willing to provide a guarantee if necessary, and if not would the economic operator be able to obtain a guarantee elsewhere (e.g. from a bank) Insurance - See Section 8.1 of the SQ (available to download at: https://yortender.eu-supply.com Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the commencement date of the Contract, the levels of insurance cover indicated below: a) Employer's (Compulsory) Liability Insurance PS10,000,000 (in relation to any one claim or series of claims); b) Public Liability Insurance, including Product Liability Insurance PS10,000,000 (in relation to any one claim or series of claims); and Finance See Section 4 of the Selection Questionnaire (available to download at https://yortender.eu-supply.com The rationale applied will be economic operators being able to supply any one of the documents listed in Section 4.1 (a) to (c) in order to demonstrate financial standing as requested under Section 4 of the SQ. Failure by an economic operator to supply on request either a copy of the audited accounts for the most recent two (2) years or any one of the document listed in (a) - (c) in Section 4.1 of the SQ may also result in exclusion. Further, any answers which leads the contracting authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the economic operator's ability to properly perform the Contract) that it would be inappropriate to select the economic operator on this occasion may result in exclusion. In addition, if an economic operator indicates in Section 5 of the SQ that its parent or holding company is prepared to guarantee the performance of the economic operator's company, the information provided in response to Sections 5.1 to 5.3 will be used in the financial assessment of the economic operator. Insurance - See 8.1 of the SQ (available to download at: https://yortender.eu-supply.com Failure to indicate 'Yes' to any of the required insurances stated in Section 8.1 will result in exclusion.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "List and brief description of selection criteria: Relevant experience Economic operators are asked to provide examples of relevant experience in accordance with the requirements set out within Section 6 of the SQ (available to download at: https://yortender.eu-supply.com Pass - The Candidate has provided EITHER: a) at least one example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with this Contract; OR b) a satisfactory reason as to why the economic operator is unable to provide any examples of previous contracts that are relevant to the contracting authority's requirements under the Contract, and that meets the minimum requirements set out in Section 6.3 of the SQ. HOWEVER, economic operators are asked to note that: c) If economic operators need to use more than one example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do d) The contracting authority reserves the right to confirm the accuracy of any information provided in response to Section 6 of the SQ with any named customer contact(s). Any replies from any named customer contact(s)which lead the contracting authority, acting reasonably, to doubt any significant representations made in the economic operator's responses to Section 6 may result in exclusion. Fail - The economic operator: a) has failed to provide any examples of any previous contracts in response to Section 6 of the SQ; AND b) has failed to provide a satisfactory reason as to why they were unable to provide any examples; c) the examples given in response to Section 6 of the SQ do not demonstrate to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted this Contract.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-04-19T11:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-04-19T11:00:00+01:00"
},
"bidOpening": {
"date": "2022-04-19T11:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators. This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for 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). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, 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 however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective."
},
"parties": [
{
"id": "GB-FTS-31787",
"name": "Kirklees Council",
"identifier": {
"legalName": "Kirklees Council",
"id": "GB184352457"
},
"address": {
"streetAddress": "Town Hall,Ramsden Street,",
"locality": "Huddersfield",
"region": "UKE44",
"postalCode": "HD1 2TA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Victoria Illingworth",
"telephone": "+44 1484221000",
"email": "Victoria.Illingworth@Kirklees.gov.uk",
"url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44109&B=UK"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.kirklees.gov.uk",
"buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1715",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "N/A",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-59427",
"name": "A & D Accident Repair Centre",
"identifier": {
"legalName": "A & D Accident Repair Centre",
"id": "129 6982 66"
},
"address": {
"streetAddress": "liversedge mills, huddersfield road",
"locality": "Mirfield",
"region": "UKE44",
"postalCode": "WF14 9DQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1924494950",
"email": "info@adaccident.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-59428",
"name": "Archbold Accident Repair",
"identifier": {
"legalName": "Archbold Accident Repair",
"id": "UK00307328"
},
"address": {
"streetAddress": "Archbold House, Albert Road.",
"locality": "Leeds",
"region": "UKE42",
"postalCode": "LS27 8TT",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "catherine@archboldholdings.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-31787",
"name": "Kirklees Council"
},
"language": "en",
"awards": [
{
"id": "019813-2022-1-1",
"relatedLots": [
"1"
],
"title": "Lot 1 Repair of Cars and Light Commercial Vehicles up to and inc 7.5 tonnes",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-59427",
"name": "A & D Accident Repair Centre"
}
]
},
{
"id": "019813-2022-2-2",
"relatedLots": [
"1"
],
"title": "Lot 1 Repair of Cars and Light Commercial Vehicles up to and inc 7.5 tonnes",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-59428",
"name": "Archbold Accident Repair"
}
]
},
{
"id": "019813-2022-3-3",
"relatedLots": [
"2"
],
"title": "Lot 2 - Repair of Heavy Commercial Vehicles over 7.5 tonnes",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-59428",
"name": "Archbold Accident Repair"
}
]
}
],
"contracts": [
{
"id": "019813-2022-1-1",
"awardID": "019813-2022-1-1",
"title": "Lot 1 Repair of Cars and Light Commercial Vehicles up to and inc 7.5 tonnes",
"status": "active",
"value": {
"amount": 500000,
"currency": "GBP"
},
"dateSigned": "2022-07-12T00:00:00+01:00"
},
{
"id": "019813-2022-2-2",
"awardID": "019813-2022-2-2",
"title": "Lot 1 Repair of Cars and Light Commercial Vehicles up to and inc 7.5 tonnes",
"status": "active",
"value": {
"amount": 500000,
"currency": "GBP"
},
"dateSigned": "2022-07-12T00:00:00+01:00"
},
{
"id": "019813-2022-3-3",
"awardID": "019813-2022-3-3",
"title": "Lot 2 - Repair of Heavy Commercial Vehicles over 7.5 tonnes",
"status": "active",
"value": {
"amount": 60000,
"currency": "GBP"
},
"dateSigned": "2022-07-12T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "bids",
"relatedLot": "2",
"value": 1
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "2",
"value": 1
}
]
}
}