Tender

Fleet Sustainability and Compliance - Vehicle Maintenance and Repair

SOUTHEND-ON-SEA CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

14 Apr 2026 at 16:17

Summary of the contracting process

Southend-on-Sea City Council is seeking suppliers for its Fleet Sustainability and Compliance - Vehicle Maintenance and Repair services, with the intention to award contracts to up to three suppliers. The procurement, designated under OCID "ocds-h6vhtk-068263", focuses on vehicle maintenance within the services industry category. Located in Southend-on-Sea, Essex, the procurement is at the tender stage with significant deadlines, including an enquiry period ending on 6th May 2026, and a tender submission closing on 11th May 2026. The electronic submissions are conducted through the Council's ProContract platform. The contract covers scheduled maintenance, reactive repairs, tyre services, and compliance assistance for Council's fleet, with objectives to ensure safe and operationally compliant vehicles under legal and manufacturer standards.

This tender represents a substantial opportunity for businesses specialising in vehicle maintenance and repair services, particularly those experienced with public sector contracts. The lotting structure of the contract has been designed to promote SME participation, ensuring increased competition and accessibility. Companies offering comprehensive maintenance solutions, emergency roadside services, or mobile tyre repair capabilities would be particularly well-suited to bid. With an anticipated gross value of £480,000, distributed across three distinct lots, businesses can leverage this opportunity for growth by aligning their offerings with the Council’s needs for compliance and operational sustainability. The open procedure allows interested parties to partake through a transparent bidding process, enhancing potential business prospects within the regional market.

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

Notice Title

Fleet Sustainability and Compliance - Vehicle Maintenance and Repair

Notice Description

Southend-on-Sea City Council is looking to appoint up to three suitable Suppliers for the provision of Vehicle Maintenance and Repair Services for the Council's Fleet. The purpose of this Service is to provide Southend-on-Sea City Council (SCC) with a reliable, compliant, and high-quality fleet maintenance provision, that ensures the Council's vehicles remain safe, roadworthy, operationally available, and fully compliant with legal and manufacturer requirements when operating. This Service will cover the delivery of scheduled maintenance, reactive repairs, tyre services, and associated support activities as defined across the individual Lots, with the Supplier (or Suppliers) required to meet the standards, responsibilities, and operational requirements set out in this specification. The requirements will be split into lots; further information is provided below: Lot 1 Fleet Vehicle Routine Scheduled Maintenance Lot 2 Reactive Maintenance & Repairs Lot 3 Mobile Tyres Repairs & Replacement Local Government Reform and Re-organisation: The contracting authority is Southend-on-Sea City Council and any Successor Body meaning one or more entities which assumes any of the Council's functions (as applicable) as a result of Local Government Reform (LGR). Such successor body or bodies may be, without limitation, a local authority, a combined county authority, a strategic authority or any other status determined pursuant to the Devolution and LGR Legislation. Justification for Not Conducting Market Engagement: Further market engagement was not undertaken as this is a replacement contract, informed by improvement measures learned from the existing contract. These measures include the adoption of a lotting structure to promote increased competition and improve access for SMEs. The services required are not bespoke to SCC and are standard services necessary for fleet operations. The authority is therefore satisfied that the market is sufficiently mature and competitive, with capacity across national, regional, and local suppliers to meet the requirement. Additionally, procurement timescales did not allow for extended market engagement prior to publication of the tender.

Lot Information

Fleet Vehicle Routine Scheduled Maintenance

Lot 1 covers the provision of comprehensive routine scheduled maintenance services for Southend-on-Sea City Council's (SCC) fleet vehicles, including but not limited to cars, light commercial vehicles, heavy goods vehicles, refuse collection vehicles, minibuses, electric and hybrid vehicles, and specialist vehicles, as detailed in Annex A of the Contract Specification. This Lot requires the Supplier to ensure all vehicles remain in a safe, roadworthy, and in a fully compliant condition, in accordance with legislation, DVSA standards, Operator's Licence requirements, and manufacturer specifications. No volumes or frequencies of service are guaranteed and may vary throughout the contract term. Collection and return of vehicles must be included within the contract price.

Renewal: Provision to extend for an additional 12 months in one period.

Reactive Maintenance & Repairs

Lot 2 covers the provision of a comprehensive reactive maintenance, defect rectification, breakdown response, and roadside repair service for all Council fleet vehicles listed in Annex A of the Contract Specification. The purpose of this Lot is to ensure that vehicles experiencing unplanned faults, mechanical failures, or operational defects are restored to a safe, roadworthy, and fully operational condition as quickly and efficiently as possible, thereby minimising disruption to the Council's statutory, frontline, and community services. The Supplier must provide a 24/7, 365 days a year service and provide a reactive response with the capability of mobile diagnostics, urgent repairs, roadside attendance, and vehicle recovery when repairs cannot be safely or effectively completed onsite. The Supplier must deliver a fast, reliable service that meets or exceeds the required response times, supports the Council in maintaining continuous fleet availability, and ensures statutory compliance through the timely resolution of any safety critical defects. Annex A provides a summary of the Council's existing number and type of fleet vehicles. This is subject to change throughout the term of the contract. If the vehicle is driveable but due to the nature of the repair cannot be repaired onsite, subsequent collection and drop off costs must be incorporated into the contract price. Recovery if required, will be charged additionally as per the contract price.

Renewal: Provision to extend for an additional 12 months in one period.

Mobile Tyres Repairs & Replacement

This Lot covers the provision of a comprehensive mobile tyre repair and replacement service for all Council fleet vehicles listed in Annex B of the Contract Specification, including cars, vans, HGVs, refuse vehicles, trailers, plant, EVs and hybrid vehicles. The purpose of this Lot is to ensure that any tyre related defect affecting Council fleet vehicles is rectified quickly, safely, and in compliance with all statutory and manufacturer requirements, thereby minimising vehicle downtime and supporting the Council's operational continuity. The Supplier must provide a reliable mobile service capable of attending any Council vehicle at any council location and delivering safe tyre repairs, replacements and associated wheel services. The expected outcomes of this Lot include rapid response, consistently high-quality workmanship, full compliance with tyre regulations and DVSA standards, accurate reporting and documentation, and strong communication throughout each incident. Please note attendance to vehicle costs must be incorporated into the contract price. Annex B provides a list of the current fleet registration and tyre sizes.

Renewal: Provision to extend for an additional 12 months in one period.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068263
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033949-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
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
£480,000 £100K-£500K
Lots Value
£480,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Apr 20261 weeks ago
Submission Deadline
11 May 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Jul 2026 - 31 Jul 2029 3-4 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SOUTHEND-ON-SEA 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
SOUTHEND-ON-SEA
Postcode
SS2 6FA
Post Town
Southend-on-Sea
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH3 Essex
Small Region (ITL 3)
TLH31 Southend-on-Sea
Delivery Location
TLH31 Southend-on-Sea

Local Authority
Southend-on-Sea
Electoral Ward
Victoria
Westminster Constituency
Southend East and Rochford

Further Information

Notice Documents

  • https://www.find-tender.service.gov.uk/Notice/033949-2026
    14th April 2026 - Tender notice on Find a Tender
  • https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
    The provisioning of documentation relating to the Procurement Process and the submission of Responses from interested Parties will be conducted electronically via Southend-on-Sea City Council's Electronic Tender Facility, ProContract: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm The Candidates must ensure that they have downloaded and are fully aware of all the information which they are required to be in receipt of. This includes the Procurement Specific Questionnaire, Technical (Quality) Responses, Commercial (Price) Submissions, Tender Forms & Declarations. All submissions must be forms to be completed online via Pro Contract. All key procurement timescales will be found within the ITT document attached to the tender pack on ProContract.

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-068263-2026-04-14T17:17:52+01:00",
    "date": "2026-04-14T17:17:52+01:00",
    "ocid": "ocds-h6vhtk-068263",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJDT-6566-GZNX",
            "name": "Southend-on-Sea City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJDT-6566-GZNX"
            },
            "address": {
                "streetAddress": "Civic Centre, Victoria Avenue, Southend On Sea, Essex",
                "locality": "Southend-on-Sea",
                "postalCode": "SS2 6FA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH31"
            },
            "contactPoint": {
                "name": "Lucy Gayler",
                "email": "procurementops@southend.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJDT-6566-GZNX",
        "name": "Southend-on-Sea City Council"
    },
    "tender": {
        "id": "DN811962",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Fleet Sustainability and Compliance - Vehicle Maintenance and Repair",
        "description": "Southend-on-Sea City Council is looking to appoint up to three suitable Suppliers for the provision of Vehicle Maintenance and Repair Services for the Council's Fleet. The purpose of this Service is to provide Southend-on-Sea City Council (SCC) with a reliable, compliant, and high-quality fleet maintenance provision, that ensures the Council's vehicles remain safe, roadworthy, operationally available, and fully compliant with legal and manufacturer requirements when operating. This Service will cover the delivery of scheduled maintenance, reactive repairs, tyre services, and associated support activities as defined across the individual Lots, with the Supplier (or Suppliers) required to meet the standards, responsibilities, and operational requirements set out in this specification. The requirements will be split into lots; further information is provided below: Lot 1 Fleet Vehicle Routine Scheduled Maintenance Lot 2 Reactive Maintenance & Repairs Lot 3 Mobile Tyres Repairs & Replacement Local Government Reform and Re-organisation: The contracting authority is Southend-on-Sea City Council and any Successor Body meaning one or more entities which assumes any of the Council's functions (as applicable) as a result of Local Government Reform (LGR). Such successor body or bodies may be, without limitation, a local authority, a combined county authority, a strategic authority or any other status determined pursuant to the Devolution and LGR Legislation. Justification for Not Conducting Market Engagement: Further market engagement was not undertaken as this is a replacement contract, informed by improvement measures learned from the existing contract. These measures include the adoption of a lotting structure to promote increased competition and improve access for SMEs. The services required are not bespoke to SCC and are standard services necessary for fleet operations. The authority is therefore satisfied that the market is sufficiently mature and competitive, with capacity across national, regional, and local suppliers to meet the requirement. Additionally, procurement timescales did not allow for extended market engagement prior to publication of the tender.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 480000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://procurement.southend.gov.uk/southend/portal.nsf/index.htm The provisioning of documentation relating to the Procurement Process and the submission of Responses from interested Parties will be conducted electronically via Southend-on-Sea City Council's Electronic Tender Facility, ProContract: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm The Candidates must ensure that they have downloaded and are fully aware of all the information which they are required to be in receipt of. This will include; Procurement Specific Questionnaire, Technical (Quality) Responses, Commercial (Price) Submission, Tender Forms & Declarations. All submissions must be forms to be completed online via Pro Contract.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-11T15:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-06T15:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-22T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Fleet Vehicle Routine Scheduled Maintenance",
                "description": "Lot 1 covers the provision of comprehensive routine scheduled maintenance services for Southend-on-Sea City Council's (SCC) fleet vehicles, including but not limited to cars, light commercial vehicles, heavy goods vehicles, refuse collection vehicles, minibuses, electric and hybrid vehicles, and specialist vehicles, as detailed in Annex A of the Contract Specification. This Lot requires the Supplier to ensure all vehicles remain in a safe, roadworthy, and in a fully compliant condition, in accordance with legislation, DVSA standards, Operator's Licence requirements, and manufacturer specifications. No volumes or frequencies of service are guaranteed and may vary throughout the contract term. Collection and return of vehicles must be included within the contract price.",
                "status": "active",
                "value": {
                    "amountGross": 300000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality)",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price)",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2029-07-31T23:59:59+01:00",
                    "maxExtentDate": "2030-07-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Provision to extend for an additional 12 months in one period."
                }
            },
            {
                "id": "2",
                "title": "Reactive Maintenance & Repairs",
                "description": "Lot 2 covers the provision of a comprehensive reactive maintenance, defect rectification, breakdown response, and roadside repair service for all Council fleet vehicles listed in Annex A of the Contract Specification. The purpose of this Lot is to ensure that vehicles experiencing unplanned faults, mechanical failures, or operational defects are restored to a safe, roadworthy, and fully operational condition as quickly and efficiently as possible, thereby minimising disruption to the Council's statutory, frontline, and community services. The Supplier must provide a 24/7, 365 days a year service and provide a reactive response with the capability of mobile diagnostics, urgent repairs, roadside attendance, and vehicle recovery when repairs cannot be safely or effectively completed onsite. The Supplier must deliver a fast, reliable service that meets or exceeds the required response times, supports the Council in maintaining continuous fleet availability, and ensures statutory compliance through the timely resolution of any safety critical defects. Annex A provides a summary of the Council's existing number and type of fleet vehicles. This is subject to change throughout the term of the contract. If the vehicle is driveable but due to the nature of the repair cannot be repaired onsite, subsequent collection and drop off costs must be incorporated into the contract price. Recovery if required, will be charged additionally as per the contract price.",
                "status": "active",
                "value": {
                    "amountGross": 160000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality)",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price)",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2029-07-31T23:59:59+01:00",
                    "maxExtentDate": "2030-07-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Provision to extend for an additional 12 months in one period."
                }
            },
            {
                "id": "3",
                "title": "Mobile Tyres Repairs & Replacement",
                "description": "This Lot covers the provision of a comprehensive mobile tyre repair and replacement service for all Council fleet vehicles listed in Annex B of the Contract Specification, including cars, vans, HGVs, refuse vehicles, trailers, plant, EVs and hybrid vehicles. The purpose of this Lot is to ensure that any tyre related defect affecting Council fleet vehicles is rectified quickly, safely, and in compliance with all statutory and manufacturer requirements, thereby minimising vehicle downtime and supporting the Council's operational continuity. The Supplier must provide a reliable mobile service capable of attending any Council vehicle at any council location and delivering safe tyre repairs, replacements and associated wheel services. The expected outcomes of this Lot include rapid response, consistently high-quality workmanship, full compliance with tyre regulations and DVSA standards, accurate reporting and documentation, and strong communication throughout each incident. Please note attendance to vehicle costs must be incorporated into the contract price. Annex B provides a list of the current fleet registration and tyre sizes.",
                "status": "active",
                "value": {
                    "amountGross": 20000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality)",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price)",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2029-07-31T23:59:59+01:00",
                    "maxExtentDate": "2030-07-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Provision to extend for an additional 12 months in one period."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "The provisioning of documentation relating to the Procurement Process and the submission of Responses from interested Parties will be conducted electronically via Southend-on-Sea City Council's Electronic Tender Facility, ProContract: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm The Candidates must ensure that they have downloaded and are fully aware of all the information which they are required to be in receipt of. This includes the Procurement Specific Questionnaire, Technical (Quality) Responses, Commercial (Price) Submissions, Tender Forms & Declarations. All submissions must be forms to be completed online via Pro Contract. All key procurement timescales will be found within the ITT document attached to the tender pack on ProContract.",
                "url": "https://procurement.southend.gov.uk/southend/portal.nsf/index.htm"
            },
            {
                "id": "033949-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/033949-2026",
                "datePublished": "2026-04-14T17:17:52+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}