Opportunity

IBC framework for vehicle maintenance and repair

  • Ipswich Borough Council

F02: Contract notice

Notice reference: 2022/S 000-009753

Published 12 April 2022, 2:37pm



Section one: Contracting authority

one.1) Name and addresses

Ipswich Borough Council

Grafton House, 15-17 Russell Road

Ipswich

IP1 2DE

Contact

Elizabeth Dunachie

Email

elizabeth.dunachie@ipswich.gov.uk

Telephone

+44 1473433906

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

www.suffolksourcing.uk

one.3) Communication

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

www.suffolksourcing.uk

Additional information can be obtained from the above-mentioned address

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

IBC framework for vehicle maintenance and repair

Reference number

IBC/10606

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

Planned maintenance of the Council’s fleet including annual MOT, regular inspection and servicing, ad-hoc maintenance, and damage repair.

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

Specialist vehicles

Lot No

1

two.2.2) Additional CPV code(s)

  • 50114000 - Repair and maintenance services of trucks

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk

two.2.4) Description of the procurement

Vehicles over 3500kg GVW, Refuse Collection Vehicles (RCV) and mechanical sweepers.

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: Yes

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

Light Commercial vehicles

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
  • UKH14 - Suffolk

two.2.4) Description of the procurement

Vehicles up to 3500kg - light commercial vehicles including cars, car derived vans and tippers.

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: Yes

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

Electric Vehicles

Lot No

3

two.2.2) Additional CPV code(s)

  • 50112000 - Repair and maintenance services of cars

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk

two.2.4) Description of the procurement

Light commercial electric vehicles including cars, car derived vans from a variety of manufacturers.

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: Yes

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.1.3) 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: 6

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

Not applicable

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

19 May 2022

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

19 May 2022

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

LIVERPOOL

L3 9PP

Email

cps@crowncommercial.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/ccs