Opportunity

MOT Services for Private Hire and Hackney Carriages

  • Birmingham City Council

F02: Contract notice

Notice reference: 2021/S 000-003255

Published 18 February 2021, 10:45am



Section one: Contracting authority

one.1) Name and addresses

Birmingham City Council

10 Woodcock Street

Birmingham

B4 7WB

Contact

Corporate Procurement Services

Email

etendering@birmingham.gov.uk

Telephone

+44 1214648000

Fax

+44 1213037322

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.finditinbirmingham.com

Buyer's address

www.in-tendhost.co.uk/birminghamcc

one.3) Communication

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

www.in-tendhost.co.uk/birminghamcc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.in-tendhost.co.uk/birminghamcc

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

MOT Services for Private Hire and Hackney Carriages

Reference number

P0673

two.1.2) Main CPV code

  • 60100000 - Road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council wishes to establish a Framework Agreement for the provision of MOT services for Private Hire and Hackney Carriages. The Council requires Vehicle Testing Stations (VTS) local to and within the Birmingham boundaries to undertake MOT testing and re-tests as specified by the Driver and Vehicle Standards Agency (DVSA) and appropriate legislation. In addition, the Vehicle Testing Stations are required to undertake a supplementary Council specific test which ensures licensed vehicles meet the Council’s standards. Birmingham has approximately 5,250 annual MOT tests which includes MOT test and supplementary tests. A proportion of these may be subject to a MOT re-test. In addition, Vehicle Testing Stations (VTS) are asked to provide accident inspections – this may be as many as 500 annually. This requirement covers the following vehicles:• Hackney Carriages• Private Hire Vehicles• Limousines• Adapted Vehicles

two.1.5) Estimated total value

Value excluding VAT: £1,920,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham

two.2.4) Description of the procurement

The Council wishes to establish a Framework Agreement for the provision of MOT services for Private Hire and Hackney Carriages. The Council requires Vehicle Testing Stations (VTS) local to and within the Birmingham boundaries to undertake MOT testing and re-tests as specified by the Driver and Vehicle Standards Agency (DVSA) and appropriate legislation. In addition, the Vehicle Testing Stations are required to undertake a supplementary Council specific test which ensures licensed vehicles meet the Council’s standards. Birmingham has approximately 5,250 annual MOT tests which includes MOT test and supplementary tests. A proportion of these may be subject to a MOT re-test. In addition, Vehicle Testing Stations (VTS) are asked to provide accident inspections – this may be as many as 500 annually. This requirement covers the following vehicles:• Hackney Carriages• Private Hire Vehicles• Limousines• Adapted Vehicles

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Details provided in the tender documentation.

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: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Does not exceed 4 years

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

22 March 2021

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

22 March 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The Framework Agreement will last for four (4) years, with a break clause at the end of the 2nd and 3rd yearThe Framework Agreement will be awarded to the five (5) highest scoring tenderers. The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant Invitation to Tender (ITT) documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: cps@birmingham.gov.uk or call CPS Helpdesk on 0121 464 8000.Your completed tender submission should be returned by noon on 22nd March 2021 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Telephone

+44 2079477882

Country

United Kingdom