Opportunity

Vehicle Maintenance Services on the Isle of Wight

  • Isle of Wight Council

F02: Contract notice

Notice reference: 2021/S 000-029040

Published 22 November 2021, 1:53pm



Section one: Contracting authority

one.1) Name and addresses

Isle of Wight Council

County Hall, High Street

Newport

PO30 1UD

Contact

Mrs Vanessa Squibb

Email

vanessa.squibb@iow.gov.uk

Telephone

+44 1983821000

Country

United Kingdom

NUTS code

UKJ34 - Isle of Wight

Internet address(es)

Main address

http://www.iwight.com

Buyer's address

http://www.iwight.com

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