Section one: Contracting authority
one.1) Name and addresses
Isle of Wight Council
County Hall, High Street
Newport
PO30 1UD
Contact
Mrs Vanessa Squibb
Telephone
+44 1983821000
Country
United Kingdom
NUTS code
UKJ34 - Isle of Wight
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
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
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 Maintenance Services on the Isle of Wight
Reference number
DN498485
two.1.2) Main CPV code
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) to be part of the Authority’s Approved Supplier List for the Provision of Vehicle Maintenance Services on the Isle of Wight.
This procurement follows the OPEN PROCEDURE under the Public Contract Regulations 2015.
The Authority does not have its own repair facility and therefore the services under this ASL will include all aspects of both planned and unplanned maintenance and repairs. This includes MOTs, Servicing and Bodywork Repairs (excluding very minor bodywork repairs/dents and scratches). The Authority currently has a fleet of 149 vehicles which comprises of a variety of cars, light commercial, minibuses and large goods vehicles, details of the manufacturers and models can be found in the Specification Document Annex A Fleet Details. The numbers of Authority fleet vehicles may be subject to change as vehicles are added to or removed from the Authority’s fleet list.
This opportunity is divided into two lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below:
LOT 1 – MOTS, SERVICING, AND GENERAL MECHANICAL REPAIRS
This lot is for MOTS, servicing, and general mechanical repairs to vehicles. This lot is a non-exclusive, single supplier Lot. Estimated value is £129500.00 per year.
LOT 2 – BODYWORK REPAIRS
This lot is for bodywork and accidental/non-accidental damage repairs to ensure the vehicles safe and road legal. This lot is a non-exclusive, multiple supplier lot. There will be up to 3 suppliers in this Lot. Estimated value is £20000.00 per year.
Potential Suppliers can submit bids for an individual lot or both lots.
The term of the Approved Supplier List Agreement shall be 22 February 2022 until 21 February 2026.
Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under either of the lots.
The closing date for receipt of Tenders is 14:00Hrs on 4 January 2021.
two.1.5) Estimated total value
Value excluding VAT: £598,000
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
LOT 1 – MOTS, SERVICING, AND GENERAL MECHANICAL REPAIRS
Lot No
1
two.2.2) Additional CPV code(s)
- 50112000 - Repair and maintenance services of cars
two.2.3) Place of performance
NUTS codes
- UKJ34 - Isle of Wight
Main site or place of performance
Isle of Wight
two.2.4) Description of the procurement
The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) to be part of the Authority’s Approved Supplier List for the Provision of Vehicle Maintenance Services on the Isle of Wight.
This procurement follows the OPEN PROCEDURE under the Public Contract Regulations 2015.
The Authority does not have its own repair facility and therefore the services under this ASL will include all aspects of both planned and unplanned maintenance and repairs. This includes MOTs, Servicing. The Authority currently has a fleet of 149 vehicles which comprises of a variety of cars, light commercial, minibuses and large goods vehicles, details of the manufacturers and models can be found in the Specification Document Annex A Fleet Details. The numbers of Authority fleet vehicles may be subject to change as vehicles are added to or removed from the Authority’s fleet list.
This opportunity is divided into two lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below:
LOT 1 – MOTS, SERVICING, AND GENERAL MECHANICAL REPAIRS
This lot is for MOTS, servicing, and general mechanical repairs to vehicles. This lot is a non-exclusive, single supplier Lot. Estimated value is £129500.00 per year.
This lot includes the following services:
• Undertaking of Class 4, 5 and 7 MOTs and periodic LGV safety inspections for a variety of cars, light commercial, minibuses and large goods vehicles. Vehicles would mainly be petrol or diesel, but there will also be an ever-growing number of hybrid or electric vehicles.
• To keep the vehicles in a condition safe and suitable for the purpose which they are intended for.
• Ensure vehicles are in a roadworthy condition to be on a public highway and to ensure vehicles are compliant at all times with statutory regulations and other legal requirements in force.
• To fully service vehicles as and when required, which is generally annually but may be more frequent depending on the vehicle and its usage.
two.2.5) Award criteria
Quality criterion - Name: Capacity to undertake services, staffing & resources / Weighting: 15
Quality criterion - Name: Service Delivery & Quality of Workmanship / Weighting: 15
Quality criterion - Name: Management & Communication / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 2.5
Price - Weighting: 65
two.2.6) Estimated value
Value excluding VAT: £518,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 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
LOT 2 – BODYWORK REPAIRS
Lot No
2
two.2.2) Additional CPV code(s)
- 50112110 - Body-repair services for vehicles
two.2.3) Place of performance
NUTS codes
- UKJ34 - Isle of Wight
two.2.4) Description of the procurement
The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) to be part of the Authority’s Approved Supplier List for the Provision of Vehicle Maintenance Services on the Isle of Wight.
This procurement follows the OPEN PROCEDURE under the Public Contract Regulations 2015.
The Authority does not have its own repair facility and therefore the services under this ASL will include all aspects of both planned and unplanned maintenance and repairs. This includes Bodywork Repairs (excluding very minor bodywork repairs/dents and scratches). The Authority currently has a fleet of 149 vehicles which comprises of a variety of cars, light commercial, minibuses and large goods vehicles, details of the manufacturers and models can be found in the Specification Document Annex A Fleet Details. The numbers of Authority fleet vehicles may be subject to change as vehicles are added to or removed from the Authority’s fleet list.
This opportunity is divided into two lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below:
LOT 2 – BODYWORK REPAIRS
This lot is for bodywork and accidental/non-accidental damage repairs to ensure the vehicles safe and road legal. This lot is a non-exclusive, multiple supplier lot. There will be up to 3 suppliers in this Lot. Estimated value is £20000.00 per year.
The services included in this lot could include but not exclusively, fibreglass repairs and welding, seatbelt repair/fixing of replacements, powder coating and accidental/non-accidental damage but will exclude very minor bodywork repairs/dents and scratches.
The Authority/Customer reserves the right to use an alternative route to market during the life of the ASL if it is deemed to be appropriate.
two.2.5) Award criteria
Quality criterion - Name: Capacity to undertake services, staffing & resources / Weighting: 12.5
Quality criterion - Name: Service Delivery & Quality of Workmanship / Weighting: 15
Quality criterion - Name: Management & Communication / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 2.5
Price - Weighting: 65
two.2.6) Estimated value
Value excluding VAT: £80,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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: 2021/S 000-002173
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 January 2022
Local time
2:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 January 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
There will be ONE supplier for Lot 1 and up to THREE suppliers for Lot 2.
Potential suppliers can register their interest and download the tender pack by visiting www.procontract.due-north.com and searching for tender reference number DN498485. The estimated values set out in this notice are the total estimated value for the duration of the term for each Lot. The value is based on the historical usage, however, potential suppliers must note that there is no guarantee of value of volume of work for either lot.
six.4) Procedures for review
six.4.1) Review body
The High Court
London
Country
United Kingdom