Tender

Provision of Vehicle Maintenance, MOTs, Servicing and Repair & Recovery Services

  • Southend-on-Sea Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-011284

Procurement identifier (OCID): ocds-h6vhtk-02b386

Published 21 May 2021, 9:21am



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

Email

louisehal-fead@southend.gov.uk

Country

United Kingdom

NUTS code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

http://www.southend.gov.uk/

Buyer's address

http://www.southend.gov.uk/

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

Internet address

https://procontract.due-north.com/