Tender Details
Title
Vehicle Inspection, Maintenance, Recovery and Repair Services Buckinghamshire Council Vehicle Inspection, Maintenance, Recovery and Repair Services Buckinghamshire Council Vehicle Inspection, Maintenance, Recovery and Repair ServicesThe 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 Aut... Reference no:APR476194 Published by:Buckinghamshire Council Published to:External Deadline date:31/05/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-045581 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-045581Published by:Buckinghamshire CouncilAuthority ID:AA79544Publication date:27 April 2024Deadline date:31 May 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract 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 £1,500,000.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. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesBuckinghamshire CouncilWalton Street OfficesAylesburyHP20 1UAUK Contact person: Mr Adrian Ratcliff Telephone: +44 1296383337 E-mail: adrian.ratcliff@buckinghamshire.gov.uk NUTS: UKJ13Internet address(es) Main address: https://www.buckinghamshire.gov.uk/ Address of the buyer profile: https://www.buckinghamshire.gov.uk/I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.supplybucksbusiness.org.ukAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://www.supplybucksbusiness.org.ukI.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleVehicle Inspection, Maintenance, Recovery and Repair Services Reference number: DN720825II.1.2) Main CPV code50100000 II.1.3) Type of contractServicesII.1.4) Short descriptionThe 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 £1,500,000.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.II.1.5) Estimated total valueValue excluding VAT: 1 500 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)50100000II.2.3) Place of performanceNUTS code:UKJ13II.2.4) Description of the procurementThe 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 £1,500,000.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.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 01/08/2024 This contract is subject to renewal: Yes Description of renewals: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.II.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: Yes Description of options: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.II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 31/05/2024 Local time: 12:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 4 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 31/05/2024 Local time: 12:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes VI.4) Procedures for reviewVI.4.1) Review bodyThe High CourtThe Royal Courts of Justice, The StrandLondonWC2A 2LLUKVI.4.3) Review procedurePrecise information on deadline(s) for review procedures:The Council will incorporate a standstill period at the point when information on the award ofthe contract is communicated to tenderers. The standstill period will be for a minimum of 10calendar days and provides time for unsuccessful tenderers to challenge the award decisionbefore the contract is entered into. The Public Contracts Regulations 2015 provide for theaggrieved parties who have been harmed or are at risk of harm by a breach of the rules totake action in the High Court (England, Wales and Northern Ireland)VI.5) Date of dispatch of this notice26/04/2024 Coding Commodity categories ID Title Parent category 50100000Repair, maintenance and associated services of vehicles and related equipmentRepair and maintenance services Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:adrian.ratcliff@buckinghamshire.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
Country
Language
English
Organization
Published Date
26.04.2024
Deadline Date
31.05.2024
Overview
Vehicle Inspection, Maintenance, Recovery and Repair Services Buckinghamshire Council Vehicle Inspection, Maintenance, Recovery and Repair ServicesThe 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 Aut... Reference no:APR476194 Published by:Buckinghamshire Council Published to:External Deadline date:31/05/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-045581 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-045581Published by:Buckinghamshire CouncilAuthority ID:AA79544Publication date:27 April 2024Deadline date:31 May 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract 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 £1,500,000.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. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesBuckinghamshire CouncilWalton Street OfficesAylesburyHP20 1UAUK Contact person: Mr Adrian Ratcliff Telephone: +44 1296383337 E-mail: adrian.ratcliff@buckinghamshire.gov.uk NUTS: UKJ13Internet address(es) Main address: https://www.buckinghamshire.gov.uk/ Address of the buyer profile: https://www.buckinghamshire.gov.uk/I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.supplybucksbusiness.org.ukAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://www.supplybucksbusiness.org.ukI.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleVehicle Inspection, Maintenance, Recovery and Repair Services Reference number: DN720825II.1.2) Main CPV code50100000 II.1.3) Type of contractServicesII.1.4) Short descriptionThe 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 £1,500,000.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.II.1.5) Estimated total valueValue excluding VAT: 1 500 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)50100000II.2.3) Place of performanceNUTS code:UKJ13II.2.4) Description of the procurementThe 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 £1,500,000.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.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 01/08/2024 This contract is subject to renewal: Yes Description of renewals: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.II.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: Yes Description of options: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.II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 31/05/2024 Local time: 12:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 4 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 31/05/2024 Local time: 12:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes VI.4) Procedures for reviewVI.4.1) Review bodyThe High CourtThe Royal Courts of Justice, The StrandLondonWC2A 2LLUKVI.4.3) Review procedurePrecise information on deadline(s) for review procedures:The Council will incorporate a standstill period at the point when information on the award ofthe contract is communicated to tenderers. The standstill period will be for a minimum of 10calendar days and provides time for unsuccessful tenderers to challenge the award decisionbefore the contract is entered into. The Public Contracts Regulations 2015 provide for theaggrieved parties who have been harmed or are at risk of harm by a breach of the rules totake action in the High Court (England, Wales and Northern Ireland)VI.5) Date of dispatch of this notice26/04/2024 Coding Commodity categories ID Title Parent category 50100000Repair, maintenance and associated services of vehicles and related equipmentRepair and maintenance services Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:adrian.ratcliff@buckinghamshire.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Justice Highway Turned Product and Screw Other Justice Regulation Highway Courts Courts Highway General Freight Trucking Other Justice Machine Shops; Turned Product; and Screw Funds
CPVS
Repair, maintenance and associated services related to aircraft and other equipment Profiles Collection, transport and disposal of hospital waste System, storage and content management software package Mains Nuts Sections Lavatory seats, covers, bowls and cisterns Repair, maintenance and associated services related to marine and other equipment Carbon Frames Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Vans System, storage and content management software development services Food, beverage and tobacco-processing machinery Vats Repair, maintenance and associated services related to roads and other equipment Sewage, refuse, cleaning and environmental services Food, beverages, tobacco and related products Parts of other vehicles Other services Repair, maintenance and associated services of vehicles and related equipment Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Repair, maintenance and associated services related to railways and other equipment Dates
UNSPSC
Profiles Nuts Awards Inspection Case making services
Regions
Europe Northern Europe
Sectors
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Postal and Courier Services Roads and Highways-Bridge Infrastructure Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Electronics Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert