{
    "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"
}