Section one: Contracting authority
one.1) Name and addresses
West Berkshire District Council
Market Street Offices
Newbury
RG14 5LD
Contact
Vicki Murphy
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