Contract

Vehicle Inspection, Maintenance, Recovery and Repair Services

  • Buckinghamshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-025065

Procurement identifier (OCID): ocds-h6vhtk-045581

Published 8 August 2024, 2:34pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Mr Adrian Ratcliff

Email

adrian.ratcliff@buckinghamshire.gov.uk

Telephone

+44 1296383337

Country

United Kingdom

Region code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

https://www.buckinghamshire.gov.uk/

Buyer's address

https://www.buckinghamshire.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

Vehicle Inspection, Maintenance, Recovery and Repair Services

Reference number

DN720825

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

The Authority's requirements for the provision of vehicle inspection, maintenance and repair services for a mixed fleet of vehicles ranging from 26 tonne refuse collection vehicles and 12 tonne food waste vehicles to light good vehicles such a caged tippers and 3.5t vans. The supplier must familiarise itself with and observe all legislation and all other statutes, statutory instruments, regulations and abide by the Authorities operator licence requirements.

It is important that the Supplier fully understands that the statutory requirements are only the minimum requirements for the Authority vehicles to be deemed roadworthy. The Authority seeks to maintain its fleet to a standard over and above these requirements by ensuring that all vehicles are kept in good working condition and never at risk of falling below those minimum statutory requirements.

When instructed by the Authority’s Representative, the Supplier shall be able to provide the following Services:

a. Inspection and servicing.

b. MOT preparation.

c. MOT (‘annual test’).

d. Repairs.

e. Roadside assistance and recovery.

The contract commencement date will be 1st August 2024 to 31st July 2027. There is two optional extensions 1st August 2027 to 31st July 2030 and 1st August 2030 to 31st July 2033. Making a potential nine-year total contract term.

Due to the lack of certainty as to the demand for the Services under this Contract, the Council has estimated the amount that it will spend under this Contract during the Contract Period, (including any possible extension periods) at £1,500,000.This is only an estimate and the actual spend maybe higher or lower than this figure.

The Council is of the opinion that TUPE will not apply.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,500,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

two.2.4) Description of the procurement

The Authority's requirements for the provision of vehicle inspection, maintenance and repair services for a mixed fleet of vehicles ranging from 26 tonne refuse collection vehicles and 12 tonne food waste vehicles to light good vehicles such a caged tippers and 3.5t vans. The supplier must familiarise itself with and observe all legislation and all other statutes, statutory instruments, regulations and abide by the Authorities operator licence requirements.

It is important that the Supplier fully understands that the statutory requirements are only the minimum requirements for the Authority vehicles to be deemed roadworthy. The Authority seeks to maintain its fleet to a standard over and above these requirements by ensuring that all vehicles are kept in good working condition and never at risk of falling below those minimum statutory requirements.

When instructed by the Authority’s Representative, the Supplier shall be able to provide the following Services:

a. Inspection and servicing.

b. MOT preparation.

c. MOT (‘annual test’).

d. Repairs.

e. Roadside assistance and recovery.

The contract commencement date will be 1st August 2024 to 31st July 2027. There is two optional extensions 1st August 2027 to 31st July 2030 and 1st August 2030 to 31st July 2033. Making a potential nine-year total contract term.

Due to the lack of certainty as to the demand for the Services under this Contract, the Council has estimated the amount that it will spend under this Contract during the Contract Period, (including any possible extension periods) at £1,500,000.This is only an estimate and the actual spend maybe higher or lower than this figure.

The Council is of the opinion that TUPE will not apply.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a three year period. The contract commencement date will be 1st August 2024 to 31st July 2027. There is two optional extensions 1st August 2027 to 31st July 2030 and 1st August 2030 to 31st July 2033. Making a potential nine-year total contract term.

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-013628

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Contract No

DN720825

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 August 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

UK Truck & Plant Group Ltd

The Transport Yard, Ampthill Road

Bedford

MK42 9JJ

Country

United Kingdom

NUTS code
  • UKH24 - Bedford
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,500,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom