Tender

Supplementary Repair & Maintenance Services to Vehicles and Plant

  • Falkirk Council

F02: Contract notice

Notice identifier: 2023/S 000-011695

Procurement identifier (OCID): ocds-h6vhtk-03877d

Published 24 April 2023, 3:38pm



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

Abbotsford House, David's Loan

Falkirk

FK2 7YZ

Email

cpu@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

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

Supplementary Repair & Maintenance Services to Vehicles and Plant

Reference number

PS/037/23

two.1.2) Main CPV code

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Provide general and specialist maintenance, service and repairs for various types of vehicles and plant. This will also include preparation and presentation of vehicles for MOT testing.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

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

Vehicle Servicing, Maintenance / Repair & MOT

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50111000 - Fleet management, repair and maintenance services
  • 50112000 - Repair and maintenance services of cars
  • 50112100 - Car repair services
  • 50113000 - Repair and maintenance services of buses
  • 50113100 - Bus repair services
  • 50114000 - Repair and maintenance services of trucks
  • 50114100 - Truck repair services
  • 50116100 - Electrical-system repair services
  • 50116200 - Repair and maintenance services of vehicle brakes and brake parts
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 50116300 - Repair and maintenance services of vehicle gearboxes
  • 50116400 - Repair and maintenance services of vehicle transmissions
  • 50116600 - Repair and maintenance services of starter motors
  • 50532100 - Repair and maintenance services of electric motors
  • 34100000 - Motor vehicles
  • 34115200 - Motor vehicles for the transport of fewer than 10 persons
  • 34114000 - Specialist vehicles
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 34130000 - Motor vehicles for the transport of goods
  • 34140000 - Heavy-duty motor vehicles
  • 34143000 - Winter-maintenance vehicles
  • 34144430 - Road-sweeping vehicles
  • 34144440 - Gritter vehicles
  • 34144220 - Breakdown vehicles
  • 34144510 - Vehicles for refuse
  • 34144900 - Electric vehicles
  • 34330000 - Spare parts for goods vehicles, vans and cars
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50111110 - Vehicle-fleet-support services
  • 31110000 - Electric motors
  • 34640000 - Automotive elements
  • 42124100 - Parts of engines or motors
  • 50112200 - Car maintenance services
  • 50113200 - Bus maintenance services
  • 50114200 - Truck maintenance services
  • 38561110 - Tachometers
  • 50411400 - Repair and maintenance services of tachometers
  • 90512000 - Refuse transport services
  • 34921100 - Road sweepers
  • 34144410 - Gully emptiers
  • 90640000 - Gully cleaning and emptying services
  • 90641000 - Gully cleaning services
  • 90642000 - Gully emptying services
  • 33124100 - Diagnostic devices
  • 33124110 - Diagnostic systems
  • 33141625 - Diagnostic kits

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

Lot includes servicing, maintenance, MOT testing and repair for a range of council vehicles.

two.2.5) Award criteria

Quality criterion - Name: Scope of Works / Weighting: 10

Quality criterion - Name: Response Time / Weighting: 5

Quality criterion - Name: Waste Disposal / Weighting: 4

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Staff the Agreement / Weighting: 3

Quality criterion - Name: Equipment Resource / Weighting: 3

Price - Weighting: 70

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: 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

Vehicle Recovery

Lot No

2

two.2.2) Additional CPV code(s)

  • 50118100 - Breakdown and recovery services for cars
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 60112000 - Public road transport services
  • 63712000 - Support services for road transport
  • 63727100 - Towing services
  • 50118110 - Vehicle towing-away services
  • 50118400 - Breakdown and recovery services for motor vehicles

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

The recovery of Falkirk Council vehicles throughout the authority area.

two.2.5) Award criteria

Quality criterion - Name: Scope of Works / Weighting: 15

Quality criterion - Name: Response Times / Weighting: 5

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Staff the Agreement / Weighting: 2.5

Quality criterion - Name: Equipment Resource / Weighting: 2.5

Price - Weighting: 70

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: 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

Tail Lifts

Lot No

3

two.2.2) Additional CPV code(s)

  • 42400000 - Lifting and handling equipment and parts
  • 42410000 - Lifting and handling equipment
  • 42415100 - Lifting trucks
  • 42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
  • 42416100 - Lifts
  • 42416120 - Goods lifts
  • 42416130 - Mechanical lifts
  • 42418000 - Lifting, handling, loading or unloading machinery
  • 42419000 - Parts of lifting and handling equipment
  • 42419500 - Parts of lift, skip hoists or escalators
  • 42419510 - Parts of lifts
  • 34114000 - Specialist vehicles
  • 34144000 - Special-purpose motor vehicles
  • 34144900 - Electric vehicles
  • 34224200 - Parts of other vehicles
  • 34224000 - Parts of trailers, semi-trailers and other vehicles
  • 42413500 - Vehicle hoists
  • 42414400 - Vehicle-mounted cranes
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 34300000 - Parts and accessories for vehicles and their engines
  • 34320000 - Mechanical spare parts except engines and engine parts
  • 42124100 - Parts of engines or motors
  • 42124150 - Parts of hydraulic power engines or motors

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

Lot includes the servicing and repair of tail lifts fitted to Falkirk Council vehicles.

two.2.5) Award criteria

Quality criterion - Name: Scope of Works / Weighting: 10

Quality criterion - Name: Response Time / Weighting: 5

Quality criterion - Name: Waste Disposal / Weighting: 4

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Staff the Agreement / Weighting: 3

Quality criterion - Name: Equipment Resource / Weighting: 3

Price - Weighting: 70

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: 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

Body & Accident Repairs

Lot No

4

two.2.2) Additional CPV code(s)

  • 50112110 - Body-repair services for vehicles
  • 50000000 - Repair and maintenance services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50111000 - Fleet management, repair and maintenance services
  • 50112000 - Repair and maintenance services of cars
  • 50112100 - Car repair services
  • 50113000 - Repair and maintenance services of buses
  • 50113100 - Bus repair services
  • 50114000 - Repair and maintenance services of trucks
  • 50114100 - Truck repair services
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 50116200 - Repair and maintenance services of vehicle brakes and brake parts
  • 50116100 - Electrical-system repair services
  • 50116300 - Repair and maintenance services of vehicle gearboxes
  • 50116400 - Repair and maintenance services of vehicle transmissions
  • 50116600 - Repair and maintenance services of starter motors
  • 50532100 - Repair and maintenance services of electric motors

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

Repair of vehicle bodywork or equipment due to damage, wear & tear or accident on Falkirk Council vehicles. This can include work processed through the Councils insurance provider.

two.2.5) Award criteria

Quality criterion - Name: Scope of Works / Weighting: 14

Quality criterion - Name: Waste Disposal / Weighting: 5

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Staff the Agreement / Weighting: 3

Quality criterion - Name: Equipment Resource / Weighting: 3

Price - Weighting: 70

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: 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 Servicing & Maintenance

Lot No

5

two.2.2) Additional CPV code(s)

  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50111000 - Fleet management, repair and maintenance services
  • 50114000 - Repair and maintenance services of trucks
  • 50114100 - Truck repair services
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 50116100 - Electrical-system repair services
  • 50116200 - Repair and maintenance services of vehicle brakes and brake parts
  • 50116300 - Repair and maintenance services of vehicle gearboxes
  • 50116400 - Repair and maintenance services of vehicle transmissions
  • 50116600 - Repair and maintenance services of starter motors
  • 42415110 - Forklift trucks
  • 42415000 - Forklift trucks, works trucks, railway-station platforms tractors
  • 34223300 - Trailers
  • 34223100 - Semi-trailers
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 34223000 - Trailers and semi-trailers
  • 34220000 - Trailers, semi-trailers and mobile containers
  • 34223310 - General-purpose trailers
  • 34223370 - Tipper trailers
  • 34224000 - Parts of trailers, semi-trailers and other vehicles
  • 34224100 - Parts of trailers and semi-trailers
  • 34142200 - Skip loaders
  • 34144710 - Wheeled loaders
  • 42418930 - Sideloaders
  • 43261100 - Mechanical shovel loaders
  • 43250000 - Front-end shovel loaders
  • 43251000 - Front-end shovel loaders with backhoe
  • 43252000 - Front-end shovel loaders without backhoe
  • 43260000 - Mechanical shovels, excavators and shovel loaders, and mining machinery
  • 44464000 - Caterpillar tracks

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

Servicing & maintenance for a range of council plant items.

two.2.5) Award criteria

Quality criterion - Name: Scope of Works / Weighting: 10

Quality criterion - Name: Response time / Weighting: 5

Quality criterion - Name: Waste Disposal / Weighting: 4

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Staff the Agreement / Weighting: 3

Quality criterion - Name: Equipment Resource / Weighting: 3

Price - Weighting: 70

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: 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

Auto Electrics

Lot No

6

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50111000 - Fleet management, repair and maintenance services
  • 50112000 - Repair and maintenance services of cars
  • 50112100 - Car repair services
  • 50113000 - Repair and maintenance services of buses
  • 50113100 - Bus repair services
  • 50114000 - Repair and maintenance services of trucks
  • 50114100 - Truck repair services
  • 50116100 - Electrical-system repair services
  • 50411400 - Repair and maintenance services of tachometers
  • 50532100 - Repair and maintenance services of electric motors
  • 31110000 - Electric motors
  • 31610000 - Electrical equipment for engines and vehicles
  • 31600000 - Electrical equipment and apparatus
  • 31612000 - Electrical wiring looms for engines
  • 31612300 - Electrical signalling equipment for engines
  • 34144900 - Electric vehicles
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 71334000 - Mechanical and electrical engineering services
  • 33124100 - Diagnostic devices
  • 33124110 - Diagnostic systems

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

Provision to carry out testing and repair of Falkirk Council vehicle electrical systems and components.

two.2.5) Award criteria

Quality criterion - Name: Scope of Works / Weighting: 10

Quality criterion - Name: Response Time / Weighting: 5

Quality criterion - Name: Waste Disposal / Weighting: 4

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Staff the Agreement / Weighting: 3

Quality criterion - Name: Equipment Resource / Weighting: 3

Price - Weighting: 70

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: 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

Grounds Maintenance Equipment

Lot No

7

two.2.2) Additional CPV code(s)

  • 43325100 - Grounds-maintenance equipment
  • 77314000 - Grounds maintenance services
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50111000 - Fleet management, repair and maintenance services
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 50116100 - Electrical-system repair services
  • 50116200 - Repair and maintenance services of vehicle brakes and brake parts
  • 50116300 - Repair and maintenance services of vehicle gearboxes
  • 50116400 - Repair and maintenance services of vehicle transmissions
  • 50116600 - Repair and maintenance services of starter motors
  • 50532100 - Repair and maintenance services of electric motors
  • 50800000 - Miscellaneous repair and maintenance services
  • 16700000 - Tractors
  • 16310000 - Mowers
  • 16311100 - Lawn, park or sports-ground mowers

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

Lot includes the provision to carry out testing and repair of Falkirk Council Grounds Maintenance Equipment.

two.2.5) Award criteria

Quality criterion - Name: Scope of Works / Weighting: 10

Quality criterion - Name: Response Time / Weighting: 5

Quality criterion - Name: Waste Disposal / Weighting: 4

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Staff the Agreement / Weighting: 3

Quality criterion - Name: Equipment Resource / Weighting: 3

Price - Weighting: 70

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: 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

It is a requirement of this tender that the bidder must hold a valid registration with Companies House. Where the bidder is not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given.

Any contractor carrying out work on tachographs must be a DVSA approved Tachograph centre.

three.1.2) Economic and financial standing

List and brief description of selection criteria

A Credit safe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is

provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract

Minimum level(s) of standards possibly required

For All Lots except Lot 2

Employer’s (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance incl Motor Trade Extension = 10 Million GBP

Product Liability Insurance = 10 Million GBP

Comprehensive Motor Insurance = 5 Million GBP

Professional Indemnity = 2 Million GBP

Lot 2

Employer’s (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance incl Motor Trade Extension = 10 Million GBP

Product Liability Insurance = 10 Million GBP

Comprehensive Motor Insurance = 5 Million GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide two examples from the previous three years that demonstrate that they have the relevant experience to deliver the services.


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: 40

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-033153

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 May 2023

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

26 May 2023

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5th April 2027

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

1. Bidders will be required to provide 2 examples from the past 3 years that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

2. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

3. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or provide additional supportive information as detailed within SPD (Scotland) Standardised Statements.

4. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within SPD (Scotland) Standardised Statements.

5. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or provide additional supportive information as detailed within SPD (Scotland) Standardised Statements.

6. SPD (Scotland) Standardised Statements can be located within the attachment area.

7. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response in advance of the submission deadline to avoid any last minute issues.

Where premises are required in order to carry out the work the bidder must have a safe and secure facility where vehicles / plant can be delivered to / uplifted from with 25 miles radius of Dalgrain Depot, FK3 8EB

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=728407.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

All Contractors on the Framework will be required to provide a period of six weeks paid work experience when the cumulative level of spend detailed below is reached.

1st Opportunity cumulative spend exceeds GBP100k

2nd Opportunity cumulative spend exceeds GBP200k

3rd Opportunity cumulative spend exceeds GBP300k

4th Opportunity cumulative spend exceeds GBP400k

5th Opportunity cumulative spend exceeds GBP500k

(SC Ref:728407)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=728407

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House Main Street Camelon

Falkirk

FK1 4AR

Country

United Kingdom