Opportunity

TENDER FOR THE SUPPLY OF COMMERCIAL VEHICLE SERVICING REPAIRS AND MAINTENANCE 2022 - 2025

  • Basingstoke & Deane Borough Council

F02: Contract notice

Notice reference: 2022/S 000-002708

Published 31 January 2022, 3:58pm



Section one: Contracting authority

one.1) Name and addresses

Basingstoke & Deane Borough Council

Civic Offices

BASINGSTOKE

RG214AH

Contact

Procurement Team

Email

procurement@basingstoke.gov.uk

Telephone

+44 1256844844

Country

United Kingdom

NUTS code

UKJ37 - North Hampshire

Internet address(es)

Main address

https://www.basingstoke.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://sebp.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://sebp.due-north.com/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://sebp.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

TENDER FOR THE SUPPLY OF COMMERCIAL VEHICLE SERVICING REPAIRS AND MAINTENANCE 2022 - 2025

Reference number

DN595144

two.1.2) Main CPV code

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Basingstoke and Deane Borough Council ('the Council') is looking to appoint a garage to provide vehicle servicing and MOT tests, together with the maintenance and repair of its fleet of 64 vehicles; this includes 6 LGV/HGV vehicles which come under the O Licence category.

The requirement is for regular appointments for MOT tests, servicing and inspections together with emergency / ad-hoc work including recovery of vehicles should the need arise. The main objective of the contract is to ensure the efficient and timely servicing, MOT testing, repairs and general maintenance of the council's fleet to minimise the time vehicles are off road and to ensure vehicles meet current safety requirements.

two.1.5) Estimated total value

Value excluding VAT: £850,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50112000 - Repair and maintenance services of cars
  • 50114000 - Repair and maintenance services of trucks

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

The council is looking to appoint a garage to provide vehicle servicing and MOT tests together with the maintenance of its fleet vehicles. The requirement is for regular appointments for MOT tests, servicing and intermediate servicing together with emergency and ad-hoc work including recovery of vehicles should the need arise. The council has a separate contract for repair and replacement tyres for the vehicles. If the appointed garage believes a vehicle requires repair or replacement of tyres, this should be brought to the attention of the Appointed Council Officer who will arrange repair. Warranty work should be carried out by the original manufacturer only and all vehicles covered by the manufacturer's warranty must be fitted with genuine parts .

The contract will be for a period of three years with an optional extension of a maximum of two years.

Where possible the council would like the garage to provide courtesy replacement vehicles on a like-for-like basis for a vehicle that is off the road due to servicing, an MOT test, emergency or ad-hoc work for the duration of the work. The courtesy replacement vehicle must operate in all respects in a similar manner to the vehicle being replaced, including load capacity, type and vehicle size. The council realise that this may not be possible for all specialist HGV's and the garage should state which vehicles they can offer on a like-for-like basis in their tender. If a courtesy replacement vehicle is available insurance will be provided by the council for the duration of the use.

The average annual mileage of vehicles will be approximately 6,000 - 8,000. However, some vehicles that are used for rural sites will cover approximately 12,000 miles per annum.

Standard working hours for the vehicles are 6:00am - 6:00pm Monday to Friday and this period will be deemed as standard working hours for the purposes of this contract. Outside these hours, weekends and bank holidays will be classed as outside of normal working hours.

The council's requirements are divided into three categories, described in this specification as Part A and Part B and Part C.

Part A involves the servicing, safety checks and MOT testing.

Part B involves ad-hoc repairs.

Part C involves breakdown cover requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £850,000

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 be subject to an optional extension of 2 x 12 months, subject to both parties agreement. Following this is will be re-tendered.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The contract will be subject to an optional extension of 2 x 12 months, subject to both parties agreement.


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents.


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 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

4 March 2022

Local time

12:15pm

Place

The Council is utilising an electronic tendering tool to manage this procurement and communicate with Tenderers. Accordingly, there will be no hard copy documents issued to Tenderers and all communications with the Council, including the submission of Tenderers' Responses, will be conducted via the ProContract system, which can be accessed using the following link:

http://sebp.due-north.com/


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice

London

Country

United Kingdom