Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Mrs Ann Spence
ann.spence@buckinghamshire.gov.uk
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.buckinghamshire.gov.uk/
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplybucksbusiness.org.uk
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 Provision of Vehicle Inspection, Maintenance, Recovery and Repair Services - Internal Fleet
Reference number
DN747457
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
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.
two.1.5) Estimated total value
Value excluding VAT: £1,400,000
two.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
two.2) Description
two.2.1) Title
North Buckinghamshire
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
- UKJ13 - Buckinghamshire CC
two.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.
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: £700,000
two.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.
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
South Buckinghamshire
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
- UKJ13 - Buckinghamshire CC
two.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.
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: £700,000
two.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.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract performance conditions as stated 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
17 March 2025
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 March 2025
Local time
12:00pm
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 High Court
The Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.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)