Tender

Fleet Vehicle and Maintenance Services for West Berkshire Council

  • West Berkshire District Council

F02: Contract notice

Notice identifier: 2023/S 000-005572

Procurement identifier (OCID): ocds-h6vhtk-03abd7

Published 24 February 2023, 2:43pm



Section one: Contracting authority

one.1) Name and addresses

West Berkshire District Council

Market Street Offices

Newbury

RG14 5LD

Contact

Vicki Murphy

Email

vicki.murphy@westberks.gov.uk

Telephone

+44 1635519364

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

https://in-tendhost.co.uk/westberks

Buyer's address

https://in-tendhost.co.uk/westberks

one.3) Communication

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

https://in-tendhost.co.uk/westberks

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/westberks

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

Fleet Vehicle and Maintenance Services for West Berkshire Council

Reference number

P00000911

two.1.2) Main CPV code

  • 50111000 - Fleet management, repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender relates to provision of the following services for West Berkshire Council's fleet vehicles.This includes maintenance, servicing, MOT and inspection services across the following lots:LOT 1 Class 5 vehicles LOT 2 Small cars and vans LOT 3 O licence vehicle LOT 4 Plant (tractor) and trailersThe full specification and required response details can be downloaded from In-tend.

two.1.5) Estimated total value

Value excluding VAT: £400,000

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

Class 5 vehicles

Lot No

1

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
Main site or place of performance

Within five miles of the authority's transport depot - RG14 7RW

two.2.4) Description of the procurement

For Lot 1 - this includes Class 5 vehicles x 4 on 10 weekly Inspections & MOT with x 3 on annual servicing.

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: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This is a two year contract with provision to extend by two further 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

Small cars and vans

Lot No

2

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
Main site or place of performance

This will be within 5 miles of our depot – which is located at Newbury Rugby Club RG14 7RW.

two.2.4) Description of the procurement

This service will cover various fleet vehicle maintenance and servicing 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: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This is a two year contract with provision to extend by two further 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

O licence vehicle

Lot No

3

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
Main site or place of performance

This will be within 5 miles of our transport depot, located at RG14 7RW.

two.2.4) Description of the procurement

This service includes fleet vehicle maintenance and servicing requirements (including MOT and inspection).

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: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This is a two year contract with provision to extend by a further two 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

Plant (tractor)and trailers

Lot No

4

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
Main site or place of performance

This will be within 5 miles of our transport depot, located at RG14 7RW.

two.2.4) Description of the procurement

This service will include fleet vehicle maintenance and servicing requirements (including MOT and inspection).

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: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This is a two-year contract with provision to extend by a further two 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 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


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

27 March 2023

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

28 March 2023

Local time

9:00am


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

High Court

London

Country

United Kingdom