Tender

21029 Cambridgeshire County Council Winter Vehicle Fleet

  • Cambridgeshire County Council

F02: Contract notice

Notice identifier: 2021/S 000-022890

Procurement identifier (OCID): ocds-h6vhtk-02e0d8

Published 15 September 2021, 8:48am



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire County Council

Eastfield House, Latham Rd, Stukeley Meadows Industrial Estate,

Huntingdon

PE29 6YE

Contact

Mr Jon Collyns

Email

jon.collyns@cambridgeshire.gov.uk

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.cambridgeshire.gov.uk/

Buyer's address

https://www.cambridgeshire.gov.uk/business/business-with-the-council/providing-goods-and-services-to-the-council

one.3) Communication

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

https://procontract.due-north.com/Opportunities/Index?p=4d8cb5a5-74dc-e511-810e-000c29c9ba21&v=1

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/Home/About

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

21029 Cambridgeshire County Council Winter Vehicle Fleet

Reference number

DN503557

two.1.2) Main CPV code

  • 34000000 - Transport equipment and auxiliary products to transportation

two.1.3) Type of contract

Supplies

two.1.4) Short description

Cambridgeshire County Council is re-tendering its' leased Gritting fleet. Currently consisting of 36 Gritters and 1 specialist vehicle to grit Cambridgeshire Guide busway. The new contract is expect to be for six years with the possibility to extend the contract to align with the end date of Cambridgeshire Highway Service contract. It is expected that the vehicles will be available for usage prior to the winter season of 2022.

• There is an expectation that the fleet could both increase and decrease over the period.

• Routine maintenance and service of each vehicle in accordance with the manufacturers recommended maintenance schedule;

• Replacement of all parts, tyres (together and wheel balancing as and when required), batteries and exhaust systems, which are defective or worn out through fair wear and tear or which are necessary other than as a result of accident damage;

• All repairs other than those resulting from accident damage;

• Annual Road Fund License provisions;

• Breakdown and Recovery;

• Replacement Vehicle where necessary

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90620000 - Snow-clearing services
  • 43313000 - Snowploughs and snowblowers
  • 45233210 - Surface work for highways

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC

two.2.4) Description of the procurement

Cambridgeshire County Council is re-tendering its' leased Gritting fleet. Currently consisting of 36 Gritters and 1 specialist vehicle to grit Cambridgeshire Guide busway. The new contract is expect to be for six years with the possibility to extend the contract to align with the end date of Cambridgeshire Highway Service contract. It is expected that the vehicles will be available for usage prior to the winter season of 2022.

• There is an expectation that the fleet could both increase and decrease over the period.

• Routine maintenance and service of each vehicle in accordance with the manufacturers recommended maintenance schedule;

• Replacement of all parts, tyres (together and wheel balancing as and when required), batteries and exhaust systems, which are defective or worn out through fair wear and tear or which are necessary other than as a result of accident damage;

• All repairs other than those resulting from accident damage;

• Annual Road Fund License provisions;

• Breakdown and Recovery;

• Replacement Vehicle where necessary

This requirement is not split into Lots, as the Authority require one single provider to service this requirement for ease of contract management and efficiencies of scale.

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

72

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: Yes

Description of options

The Authority proposes to enter into one Contract for an initial period of 72 months with the preferred provider, with an option to extend for 12 months, making 84 months in total.

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: Yes

four.2) Administrative information

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

Date

22 October 2021

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

22 October 2021

Local time

12:00pm


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

Mr Henry Swan, Head of Procurement

Eastfield House, Latham Rd, Stukeley Meadows Industrial Estate,

Huntingdon

PE29 6YE

Email

Henry.swan@cambridgeshire.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. The duration of this standstill will be disclosed at this point.

This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Such additional information should be required from (Refer to address in Part 1.1). If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the

award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may order the ineffectiveness of a contract where serious breach have occurred in addition to any fine, the Court may instead provide for alternative penalties, either contract shortening, fines or both.

The Authority have invested in an e-tendering tool in order to facilitate its tendering processes in a compliant and transparent manner.

Potential Providers will need to register an account via the “LGSS eSourcing Portal” at https://www.lgss.co.uk/

services/procurement/lgss-procurement-portal before being able to view the full tender details.

In order to access the tender documentation, click “Find Opportunities”, then on the drop-down menu, filter

by “Cambridgeshire County Council” by clicking on “Update” to find the relevant opportunity. Please ensure that you read the tender

documents carefully in order to be aware of the requirements and relevant deadlines.

The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, pause, or postpone this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.