Tender

Tender for the Provision of Vehicle Inspection, Maintenance, Recovery and Repair Services - Internal Fleet

  • Buckinghamshire Council

F02: Contract notice

Notice identifier: 2025/S 000-005264

Procurement identifier (OCID): ocds-h6vhtk-04e266

Published 14 February 2025, 6:13pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Mrs Ann Spence

Email

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)