Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
UK
Contact person: Mrs Ann Spence
E-mail: ann.spence@buckinghamshire.gov.uk
NUTS: UKJ13
Internet address(es)
Main address: https://www.buckinghamshire.gov.uk/
Address of the buyer profile: https://www.buckinghamshire.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.supplybucksbusiness.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.supplybucksbusiness.org.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Tender for the Provision of Vehicle Inspection, Maintenance, Recovery and Repair Services - Internal Fleet
Reference number: DN747457
II.1.2) Main CPV code
50100000
II.1.3) Type of contract
Services
II.1.4) Short 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 £175,000 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.
II.1.5) Estimated total value
Value excluding VAT:
1 400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
North Buckinghamshire
II.2.2) Additional CPV code(s)
50100000
II.2.3) Place of performance
NUTS code:
UKJ13
II.2.4) Description of the procurement
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 £175,000 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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Option for 2 further extensions of 12 months each after the initial 24 month contract term.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
South Buckinghamshire
II.2.2) Additional CPV code(s)
50100000
II.2.3) Place of performance
NUTS code:
UKJ13
II.2.4) Description of the procurement
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 £175,000 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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Option for 2 further extensions of 12 months each after the initial 24 month contract term.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Contract performance conditions as stated in the procurement documents.
Section IV: Procedure
IV.1) Description
IV.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 information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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:
17/03/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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)
VI.5) Date of dispatch of this notice
14/02/2025