Tender

Provision of a Fleet Maintenance Service

  • South Ayrshire Council

F02: Contract notice

Notice identifier: 2024/S 000-027114

Procurement identifier (OCID): ocds-h6vhtk-0493b2

Published 23 August 2024, 2:57pm



Section one: Contracting authority

one.1) Name and addresses

South Ayrshire Council

County Buildings, Wellington Square

Ayr

KA7 1DR

Email

procurement@south-ayrshire.gov.uk

Telephone

+44 3001230900

Country

United Kingdom

NUTS code

UKM94 - South Ayrshire

Internet address(es)

Main address

http://www.south-ayrshire.gov.uk/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405

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.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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 a Fleet Maintenance Service

two.1.2) Main CPV code

  • 50111000 - Fleet management, repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

South Ayrshire Council (the Council) has a requirement to establish a Multi-Provider Framework Agreement for suitably experienced and competent Service Providers to undertake the following:

All Repairs;

Services;

MOT’s;

Routine planned inspections and maintenance to vehicles and ancillary equipment fitted to vehicles;

24/7 breakdown recovery and roadside assistance for the entire fleet of Council vehicles as detailed within each relevant Lot.

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

Light Commercial Vehicles and Cars (LCV’s and Cars)

Lot No

1

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM94 - South Ayrshire

two.2.4) Description of the procurement

South Ayrshire Council (the Council) has a requirement to establish a Multi-Provider Framework Agreement for suitably experienced and competent Service Providers to undertake the following:

All Repairs;

Services;

MOT’s;

Routine planned inspections and maintenance to vehicles and ancillary equipment fitted to vehicles;

24/7 breakdown recovery and roadside assistance for the entire fleet of Council vehicles as detailed within each relevant Lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

+1 +1 +1

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

Heavy Goods Vehicles, Buses, and Refuse Collection Vehicles (HGV’s, Buses and RCVs)

Lot No

2

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UKM94 - South Ayrshire

two.2.4) Description of the procurement

South Ayrshire Council (the Council) has a requirement to establish a Multi-Provider Framework Agreement for suitably experienced and competent Service Providers to undertake the following:

All Repairs;

Services;

MOT’s;

Routine planned inspections and maintenance to vehicles and ancillary equipment fitted to vehicles;

24/7 breakdown recovery and roadside assistance for the entire fleet of Council vehicles as detailed within each relevant Lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

+1 +1 +1

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

All Lots – All services must be carried out by appropriately qualified and trained personnel, and in accordance with all relevant statutes and other legislative requirements, the provisions and requirements of the Contract, and good industry practice. Evidence of qualifications and training will be required.

Lot 2 – HGVs, Buses and RCVs – Technicians and their workshop must be Institute of Road Transport Engineers (IRTEC) accredited. Evidence of this accreditation will be required. Tenderers that do not have these accreditations must ensure they are obtained within 3 months of the contract award date.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to Procurement documents


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

27 September 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 September 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Circa June 2029.

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

Please refer to Procurement documents

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27333. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Please refer to Procurement documents

(SC Ref:776100)

six.4) Procedures for review

six.4.1) Review body

Ayr Sheriff Court

Ayr

Country

United Kingdom