Section one: Contracting authority
one.1) Name and addresses
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue
Southend on Sea
SS2 6ER
Contact
Ms Louise Hal-Fead
louisehal-fead@southend.gov.uk
Country
United Kingdom
NUTS code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
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
Provision of Vehicle Maintenance, MOTs, Servicing and Repair & Recovery Services
Reference number
DN522756
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Southend on Sea Borough Council (SBC) are looking for an experienced and competent Contractor to service, maintain, repair, carry out statutory inspections and provide professional advice for its Heavy Good Vehicle (HGV) and other SBC fleet vehicles.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH31 - Southend-on-Sea
two.2.4) Description of the procurement
Southend on Sea Borough Council (SBC) are looking for an experienced and competent Contractor to service, maintain, repair, carry out statutory inspections and provide professional advice for its Heavy Good Vehicle (HGV) and other SBC fleet vehicles.
SBC are looking to reduce Greenhouse Gases (GHG) emissions and air pollutants from vehicles used in all Council operations. Our ambition is to replace old fleet vehicles where feasible with green alternative e.g., electric/or hybrid (where technology is available) to fit the operation needs. Our target date is to be carbon neutral or as close as possible by 2030. We will need to work in partnership with the successful contractor to meet these needs and have a shared strategy for implementation of this target.
The procurement process will be conducted electronically via the Council’s electronic Tender Facility ProContract and in compliance with the Public Contract Regulations (2015) (as amended by The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020)) in the form of an open tender procedure.
It is intended that the highest scoring bid will be awarded the contract on a 35:65 quality: price basis. If two or more Tenderers obtain the highest total score, the Tenderer with the highest score for the ‘Commercial Questionnaire’ element of the tender evaluation will be deemed the winner and awarded the Contract. All selection and award criteria are set out in the tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 35
Cost criterion - Name: Commercial / Weighting: 65
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2021
End date
31 July 2024
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further two periods of 12 months up to 31/07/2026.
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 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 June 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 June 2021
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, Strand
London
WC2A2LL
Telephone
+44 42079476000
Country
United Kingdom
Internet address
https://procontract.due-north.com/
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, Strand
London
WC2A2LL
Telephone
+44 42079476000
Country
United Kingdom
Internet address
https://procontract.due-north.com/
six.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, Strand
London
WC2A2LL
Telephone
+44 42079476000
Country
United Kingdom