Tender

Tender for the Provision of Vehicle Inspection, Maintenance, Recovery and Repair Services - Internal Fleet

BUCKINGHAMSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

14 Feb 2025 at 18:13

Summary of the contracting process

Buckinghamshire Council has issued an open tender for the "Provision of Vehicle Inspection, Maintenance, Recovery and Repair Services - Internal Fleet," classified under the industry category of repair, maintenance, and associated services of vehicles and related equipment (CPV: 50100000). The council requires services for a mixed fleet of vehicles, including cars, vans, and school buses across North and South Buckinghamshire. The procurement is currently in the tender stage, with a submission deadline of 17th March 2025. The contract is set to commence on 1st June 2025 and will last for two years, with the possibility of two additional 12-month extensions. The estimated annual expenditure is £175,000 per lot, with a total contract value potentially reaching £1,400,000. The procurement process follows an open procedure and bids must be submitted electronically.

This tender provides significant opportunities for businesses specialising in vehicle maintenance, repairs, and roadside assistance, particularly those with capabilities to handle a diverse fleet, including both conventional and electric vehicles. Companies that offer comprehensive services such as MOT preparation, LOLER inspections, repairs, and nationwide roadside assistance can benefit from this contract. With the potential to bid for one or both geographical lots, there is ample opportunity for growth and increased revenue, especially for businesses familiar with statutory requirements and eager to maintain high-quality service standards exceeding minimum roadworthiness requirements. The contract's flexible extension options also provide a stable, long-term partnership with Buckinghamshire 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

Tender for the Provision of Vehicle Inspection, Maintenance, Recovery and Repair Services - Internal Fleet

Notice Description

Buckinghamshire Council has a requirement for the provision of vehicle service, maintenance and repair services for a mixed fleet of vehicles ranging from cars and vans (petrol, diesel and electric) to 7 to 17 seat school buses with some being accessibility compliant vehicles. The service is divided into 2 geographical areas referred to as Lots, namely Lot 1 (North Buckinghamshire) and Lot 2 (South Buckinghamshire). Suppliers may bid for one or both Lots. The supplier must familiarise itself with and observe all legislation and all other statutes, statutory instruments and regulations. 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. Annual and Routine servicing. b. MOT preparation. c. MOT ('annual test'). d. LOLER Inspections e. Repairs. f. Nationwide Roadside assistance and recovery. g. Collection and Delivery of vehicles The anticipated contract commencement date is 1st June 2025. The contract term is 2 years with the option for two further extensions of 12 months each. 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 at PS175,000 per annum per Lot. This is only an estimate and the actual spend will be based on actual requirements. The Council is of the opinion that TUPE will not apply.

Lot Information

North Buckinghamshire

Buckinghamshire Council has a requirement for the provision of vehicle service, maintenance and repair services for a mixed fleet of vehicles ranging from cars and vans (petrol, diesel and electric) to 7 to 17 seat school buses with some being accessibility compliant vehicles. The service is divided into 2 geographical areas referred to as Lots. Lot 1 is North Buckinghamshire. The supplier must familiarise itself with and observe all legislation and all other statutes, statutory instruments and regulations. 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. Annual and Routine servicing. b. MOT preparation. c. MOT ('annual test'). d. LOLER Inspections e. Repairs. f. Nationwide Roadside assistance and recovery. g. Collection and Delivery of vehicles The anticipated contract commencement date is 1st June 2025. The contract term is 2 years with the option for two further extensions of 12 months each. 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 at PS175,000 per annum for Lot 1. This is only an estimate and the actual spend will be based on actual requirements. The Council is of the opinion that TUPE will not apply.

Renewal: Option for 2 further extensions of 12 months each after the initial 24 month contract term.

South Buckinghamshire

Buckinghamshire Council has a requirement for the provision of vehicle service, maintenance and repair services for a mixed fleet of vehicles ranging from cars and vans (petrol, diesel and electric) to 7 to 17 seat school buses with some being accessibility compliant vehicles. The service is divided into 2 geographical areas referred to as Lots. Lot 2 is South Buckinghamshire. The supplier must familiarise itself with and observe all legislation and all other statutes, statutory instruments and regulations. 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. Annual and Routine servicing. b. MOT preparation. c. MOT ('annual test'). d. LOLER Inspections e. Repairs. f. Nationwide Roadside assistance and recovery. g. Collection and Delivery of vehicles The anticipated contract commencement date is 1st June 2025. The contract term is 2 years with the option for two further extensions of 12 months each. 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 at PS175,000 per annum for Lot 2. This is only an estimate and the actual spend will be based on actual requirements. The Council is of the opinion that TUPE will not apply.

Renewal: Option for 2 further extensions of 12 months each after the initial 24 month contract term.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e266
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005264-2025
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
Tender Suitability
Not specified
Awardee Scale
Not specified

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
£1,400,000 £1M-£10M
Lots Value
£1,400,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Feb 20251 years ago
Submission Deadline
17 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
BUCKINGHAMSHIRE COUNCIL
Contact Name
Mrs Ann Spence
Contact Email
ann.spence@buckinghamshire.gov.uk
Contact Phone
Not specified

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

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-04e266-2025-02-14T18:13:48Z",
    "date": "2025-02-14T18:13:48Z",
    "ocid": "ocds-h6vhtk-04e266",
    "initiationType": "tender",
    "tender": {
        "id": "DN747457",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Tender for the Provision of Vehicle Inspection, Maintenance, Recovery and Repair Services - Internal Fleet",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50100000",
            "description": "Repair, maintenance and associated services of vehicles and related equipment"
        },
        "mainProcurementCategory": "services",
        "description": "Buckinghamshire Council has a requirement for the provision of vehicle service, maintenance and repair services for a mixed fleet of vehicles ranging from cars and vans (petrol, diesel and electric) to 7 to 17 seat school buses with some being accessibility compliant vehicles. The service is divided into 2 geographical areas referred to as Lots, namely Lot 1 (North Buckinghamshire) and Lot 2 (South Buckinghamshire). Suppliers may bid for one or both Lots. The supplier must familiarise itself with and observe all legislation and all other statutes, statutory instruments and regulations. 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. Annual and Routine servicing. b. MOT preparation. c. MOT ('annual test'). d. LOLER Inspections e. Repairs. f. Nationwide Roadside assistance and recovery. g. Collection and Delivery of vehicles The anticipated contract commencement date is 1st June 2025. The contract term is 2 years with the option for two further extensions of 12 months each. 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 at PS175,000 per annum per Lot. This is only an estimate and the actual spend will be based on actual requirements. The Council is of the opinion that TUPE will not apply.",
        "value": {
            "amount": 1400000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "North Buckinghamshire",
                "description": "Buckinghamshire Council has a requirement for the provision of vehicle service, maintenance and repair services for a mixed fleet of vehicles ranging from cars and vans (petrol, diesel and electric) to 7 to 17 seat school buses with some being accessibility compliant vehicles. The service is divided into 2 geographical areas referred to as Lots. Lot 1 is North Buckinghamshire. The supplier must familiarise itself with and observe all legislation and all other statutes, statutory instruments and regulations. 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. Annual and Routine servicing. b. MOT preparation. c. MOT ('annual test'). d. LOLER Inspections e. Repairs. f. Nationwide Roadside assistance and recovery. g. Collection and Delivery of vehicles The anticipated contract commencement date is 1st June 2025. The contract term is 2 years with the option for two further extensions of 12 months each. 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 at PS175,000 per annum for Lot 1. This is only an estimate and the actual spend will be based on actual requirements. The Council is of the opinion that TUPE will not apply.",
                "value": {
                    "amount": 700000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option for 2 further extensions of 12 months each after the initial 24 month contract term."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "South Buckinghamshire",
                "description": "Buckinghamshire Council has a requirement for the provision of vehicle service, maintenance and repair services for a mixed fleet of vehicles ranging from cars and vans (petrol, diesel and electric) to 7 to 17 seat school buses with some being accessibility compliant vehicles. The service is divided into 2 geographical areas referred to as Lots. Lot 2 is South Buckinghamshire. The supplier must familiarise itself with and observe all legislation and all other statutes, statutory instruments and regulations. 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. Annual and Routine servicing. b. MOT preparation. c. MOT ('annual test'). d. LOLER Inspections e. Repairs. f. Nationwide Roadside assistance and recovery. g. Collection and Delivery of vehicles The anticipated contract commencement date is 1st June 2025. The contract term is 2 years with the option for two further extensions of 12 months each. 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 at PS175,000 per annum for Lot 2. This is only an estimate and the actual spend will be based on actual requirements. The Council is of the opinion that TUPE will not apply.",
                "value": {
                    "amount": 700000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option for 2 further extensions of 12 months each after the initial 24 month contract term."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ13"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ13"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.supplybucksbusiness.org.uk",
        "documents": [
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Contract performance conditions as stated in the procurement documents."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-03-17T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2025-03-17T12:00:00Z"
        },
        "bidOpening": {
            "date": "2025-03-17T12:00:00Z"
        },
        "hasRecurrence": false,
        "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": "Mrs Ann Spence",
                "email": "ann.spence@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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4238",
        "name": "Buckinghamshire Council"
    },
    "language": "en"
}