Award

Vehicle Inspection, Maintenance, Recovery and Repair Services

BUCKINGHAMSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

08 Aug 2024 at 13:34

Tender

26 Apr 2024 at 13:48

Summary of the contracting process

Buckinghamshire Council is seeking suppliers for its "Vehicle Inspection, Maintenance, Recovery and Repair Services" contract. The procurement falls under the repair and maintenance services for vehicles and related equipment category, covering a mixed fleet of vehicles. The location for this procurement is the UKJ13 region, specifically Aylesbury. The current stage of the procurement process is the award stage, following an open procedure. The key contract dates include a start date of 1st August 2024, ending on 31st July 2027, with two optional extensions each of three years, potentially extending the contract until 31st July 2033. The estimated contract value is £1,500,000, though actual spending may vary. The successful supplier, UK Truck & Plant Group Ltd, was awarded the contract on 2nd August 2024.

This tender represents a substantial opportunity for businesses involved in vehicle maintenance and repair services to expand their operations. Given the diversity of the vehicle fleet, businesses specialising in various types of vehicle services, including heavy-duty trucks and light goods vehicles, will find this contract highly beneficial. The ongoing and structured nature of the contract, spanning up to nine years, provides a stable revenue stream and an opportunity to establish a long-term partnership with Buckinghamshire Council. Ideal candidates would be businesses with a solid understanding of related statutory requirements and operational licences, capable of delivering high-quality services consistently.

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

Notice Title

Vehicle Inspection, Maintenance, Recovery and Repair Services

Notice 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 PS1,500,000.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.

Lot Information

Lot 1

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 PS1,500,000.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.

Options: The contract will be for a three year period. 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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-045581
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025065-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,500,000 £1M-£10M

Notice Dates

Publication Date
8 Aug 20241 years ago
Submission Deadline
31 May 2024Expired
Future Notice Date
Not specified
Award Date
1 Aug 20241 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

Contracting Authority (Buyer)

Main Buyer
BUCKINGHAMSHIRE 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
AYLESBURY
Postcode
HP20 1UA
Post Town
Hemel Hempstead
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ13 Buckinghamshire
Delivery Location
TLJ13 Buckinghamshire

Local Authority
Buckinghamshire
Electoral Ward
Aylesbury North
Westminster Constituency
Aylesbury

Supplier Information

Number of Suppliers
1
Supplier Name

UK TRUCK & PLANT GROUP

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-h6vhtk-045581-2024-08-08T14:34:32+01:00",
    "date": "2024-08-08T14:34:32+01:00",
    "ocid": "ocds-h6vhtk-045581",
    "initiationType": "tender",
    "tender": {
        "id": "DN720825",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Vehicle Inspection, Maintenance, Recovery and Repair Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50100000",
            "description": "Repair, maintenance and associated services of vehicles and related equipment"
        },
        "mainProcurementCategory": "services",
        "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 PS1,500,000.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.",
        "value": {
            "amount": 1500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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 PS1,500,000.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.",
                "contractPeriod": {
                    "startDate": "2024-08-01T00:00:00+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be for a three year period. 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."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ13"
                    },
                    {
                        "region": "UKJ13"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.supplybucksbusiness.org.uk",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-05-31T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2024-05-31T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-05-31T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "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)"
    },
    "parties": [
        {
            "id": "GB-FTS-4238",
            "name": "Buckinghamshire Council",
            "identifier": {
                "legalName": "Buckinghamshire Council"
            },
            "address": {
                "streetAddress": "Walton Street Offices",
                "locality": "Aylesbury",
                "region": "UKJ13",
                "postalCode": "HP20 1UA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Adrian Ratcliff",
                "telephone": "+44 1296383337",
                "email": "adrian.ratcliff@buckinghamshire.gov.uk",
                "url": "https://www.supplybucksbusiness.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.buckinghamshire.gov.uk/",
                "buyerProfile": "https://www.buckinghamshire.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-8072",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "The Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-120992",
            "name": "UK Truck & Plant Group Ltd",
            "identifier": {
                "legalName": "UK Truck & Plant Group Ltd"
            },
            "address": {
                "streetAddress": "The Transport Yard, Ampthill Road",
                "locality": "Bedford",
                "region": "UKH24",
                "postalCode": "MK42 9JJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-4512",
            "name": "High Courts of Justice",
            "identifier": {
                "legalName": "High Courts of Justice"
            },
            "address": {
                "streetAddress": "The Royal Court of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4238",
        "name": "Buckinghamshire Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "025065-2024-DN720825-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-120992",
                    "name": "UK Truck & Plant Group Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "025065-2024-DN720825-1",
            "awardID": "025065-2024-DN720825-1",
            "status": "active",
            "value": {
                "amount": 1500000,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-02T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}