Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Mr Adrian Ratcliff
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