Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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
}
]
}
}