Section one: Contracting authority
one.1) Name and addresses
Lincolnshire County Council
County Offices, Newland
Lincoln
LN1 1YL
Contact
Mrs Fiona Fielding
fiona.fielding@lincolnshire.gov.uk
Country
United Kingdom
Region code
UKF3 - Lincolnshire
Internet address(es)
Main address
https://www.lincolnshire.gov.uk
Buyer's address
https://www.lincolnshire.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
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
Lincolnshire Fire & Rescue Services Fleet Servicing, Repair and Maintenance
Reference number
DN708450
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
The objective of this Contract is to provide LFR with provision of fleet and associated equipment maintenance for its Heavy Fleet and Associated Equipment, including Fire Appliances and Specials (Lot 1) and Light Fleet, including Cars and Vans up to 3.5t GVW (Lot 2).
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
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
Heavy Fleet and Associated Equipment
Lot No
1
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
- UKF3 - Lincolnshire
two.2.4) Description of the procurement
Heavy Fleet, Minibus, Plant, Boats and Associated Equipment
The maintenance of the heavy fleet (Lot 1) including fire appliances and associated equipment will generally include all vehicles over 3500kg GVW includes all pumping appliances, special appliances, aerial ladder platforms and a minibus. The associated equipment consists of c465 items of plant, such as, but not limited to ladders, light portable pumps, generators, positive pressure ventilator fans and boats.
Note: operational equipment such as breathing apparatus, and road-side cutting equipment are explicitly excluded from this arrangement.
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
36
This contract is subject to renewal
Yes
Description of renewals
The Contract will have the option to extend by 2 further periods of 36 months each up to a maximum contract length of 9 years
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 Fleet and Trailers
Lot No
2
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
- UKF3 - Lincolnshire
two.2.4) Description of the procurement
Light Fleet and Trailers
The maintenance of light vehicles fleet (Lot 2) will consist of c105 vehicles with a GVW generally not exceeding 3500kgs. This will also include various small trailers generally not exceeding 750kgs, and gas safe testing facilities (for butane/propane provision within the Red Cross support vehicle).
The Contract will have the option to extend by 2 further periods of 36 months each up to a maximum contract length of 9 years
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
36
This contract is subject to renewal
Yes
Description of renewals
The Contract will have the option to extend by 2 further periods of 36 months each up to a maximum contract length of 9 years
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
4 March 2024
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 March 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
Country
United Kingdom