Contract

Supply of Coach-Built Vehicles

  • Hampshire County Council

F20: Modification notice

Notice identifier: 2024/S 000-027800

Procurement identifier (OCID): ocds-h6vhtk-0496e7

Published 30 August 2024, 3:52pm



Section one: Contracting authority/entity

one.1) Name and addresses

Hampshire County Council

The Castle

Winchester

SO23 8UJ

Contact

Procurement Support Team

Email

procurement.support@hants.gov.uk

Country

United Kingdom

Region code

UKJ36 - Central Hampshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.hants.gov.uk/


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Coach-Built Vehicles

Reference number

UN21333

two.1.2) Main CPV code

  • 34120000 - Motor vehicles for the transport of 10 or more persons

two.1.3) Type of contract

Supplies

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement at the time of conclusion of the contract:

Hampshire Transport Management (HTM) are awarding a contract for a turnkey solution for complete supply of vehicles, associated equipment and conversion services.

This contract was awarded following a call for competition to shortlisted suppliers on the Crown Commercial Services' Vehicle Conversions DPS (reference number RM3814).

The Goods and Services in scope of the contract include the following:

The Goods required are two coach-built vehicles to provide specialist transport for an Adults Health and Care service and its users. The service users will include those with various mobility requirements and specifically bariatric wheelchair users. The Supplier shall also supply the chassis for the coach build.

The Services required are conversion services (including any Installation Works required in respect of the modifications) to modify the vehicles to fit the specification published with the call-for-competition documents.

Each vehicle requires the following warranties:

• a minimum of 12 months in respect of any vehicle modification work(s) as part of the specialist coach-build;

• a manufacturer's warranty that warrants the vehicle/chassis supplied is free from defects for a minimum of 3 years from the date of delivery.

The initial period of this contract will run until the earlier of the date of Delivery and 20 November 2024. There is an option to extend up until the earlier of the date of Delivery and 20 August 2025.

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

Duration in months

24


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2023/S 209-659140


Section five. Award of contract/concession

Contract No

UN21333

Title

Supply of Coach-Built Vehicles for Hampshire County Council

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

14 August 2023

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

WN VTech Limited

Lancashire

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
Companies House

04747125

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £196,786


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 34120000 - Motor vehicles for the transport of 10 or more persons

seven.1.3) Place of performance

NUTS code
  • UKJ3 - Hampshire and Isle of Wight

seven.1.4) Description of the procurement:

Hampshire Transport Management (HTM) are awarding a contract for a turnkey solution for complete supply of vehicles, associated equipment and conversion services.

This contract was awarded following a call for competition to shortlisted suppliers on the Crown Commercial Services' Vehicle Conversions DPS (reference number RM3814).

The Goods and Services in scope of the contract include the following:

The Goods required are two coach-built vehicles to provide specialist transport for an Adults Health and Care service and its users. The service users will include those with various mobility requirements and specifically bariatric wheelchair users. The Supplier shall also supply the chassis for the coach build.

The Services required are conversion services (including any Installation Works required in respect of the modifications) to modify the vehicles to fit the specification published with the call-for-competition documents.

Each vehicle requires the following warranties:

• a minimum of 12 months in respect of any vehicle modification work(s) as part of the specialist coach-build;

• a manufacturer's warranty that warrants the vehicle/chassis supplied is free from defects for a minimum of 3 years from the date of delivery.

The initial period of this contract will run until the earlier of the date of Delivery and 20 November 2024. There is an option to extend up until the earlier of the date of Delivery and 20 August 2025.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

24

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£229,940

seven.1.7) Name and address of the contractor/concessionaire

Woodall-Nicholson Ltd

Botlon

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
Companies House

15010430

The contractor/concessionaire is an SME

Yes

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The total contract value has been increased from £196,786 to £229,940 to account for additional equipment added to the base vehicle. The additional equipment became necessary for health & safety reasons and to meet the needs of service users of the vehicles. The additions for health and safety included colour reversing camera, reverse warning bleeper, reverse sensors, blinds and extractor. Other additions for driver and service user comfort included storage, air suspension on rear, cant rail tracking for wheelchair stowing stability in transit and cant rail cover to prevent service users accessing and hurting their fingers in the cant rail tracking alloy.

Note 1: There was a change in contractor to Woodall-Nicholson Ltd (company registration number 15010430), in place of WN VTech (company registration number 04747125). The successful Tenderer WN VTech went into administration on 24 November 2023, with their business taken over by a range of companies including Woodall-Nicholson Ltd.

Note 2: The updated contract value also includes an inflationary uplift for the chassis, parts and labour, which was less than 10% of the total contract value and was justified under regulation 72(1)(f).

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

A change of contractor is not possible for economic and technical reasons, on the basis that the contractor has already commenced work on both builds. It would not be feasible to tender the sourcing and fitting of certain vehicle parts separately. Running a new tender for the vehicles would cause significant duplication of cost and work already completed to build the vehicles. Further, if the build of the vehicles were to be reprocured now, the cost would have increased by approximately 28%, such has been the inflationary impact on the industry.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £196,786

Total contract value after the modifications

Value excluding VAT: £229,940