Section one: Contracting authority
one.1) Name and addresses
Ipswich Borough Council
Grafton House, 15-17 Russell Road
Ipswich
IP1 2DE
elizabeth.dunachie@ipswich.gov.uk
Telephone
+44 1473433906
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Vehicle maintenance and servicing
Reference number
IBC/8923
two.1.2) Main CPV code
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Maintenance of Council fleet of 230 vehicles (cars, vans, large goods vehicles (LGV) and mobile plant) includes annual MOT, regular inspection and servicing, ad-hoc maintenance, and damage repair.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Specialist vehicles
Lot No
1
two.2.2) Additional CPV code(s)
- 50114000 - Repair and maintenance services of trucks
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
Servicing, maintenance, and repairs to vehicles over 3500kg GVW, Refuse Collection Vehicles (RCV) and mechanical sweepers. Manufacturers under this lot currently include Mercedes, DAF, Scarab, Nilfisk and Dennis.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Light commercial vehicles
Lot No
2
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50112000 - Repair and maintenance services of cars
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
Servicing, maintenance, and repairs of vehicles up to 3500kg, light commercial vehicles including cars, car derived vans and tippers up to 3500kg GVW. Manufacturers from this lot currently include Ford, Renault, DFSK, Toyota and Fiat.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Electric vehicles
Lot No
3
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
Servicing, maintenance, and repairs to light commercial electric vehicles including cars, car derived vans from a variety of manufacturers including Renault Kangoo, Renault Zoe and Renault Master.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 9
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not applicable
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 February 2022
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
8 February 2022
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
Country
United Kingdom