Opportunity

VEHICLE REPAIR AND MAINTENANCE ( (Refuse Collection Vehicles and other Commercial Vehicles)

  • West Lindsey District Council

F02: Contract notice

Notice reference: 2021/S 000-032072

Published 22 December 2021, 1:37pm



Section one: Contracting authority

one.1) Name and addresses

West Lindsey District Council

Guildhall, Marshalls Yard

Gainsborough

DN21 2NA

Contact

Mrs Rebecca Warhurst

Email

Rebecca.Warhurst@lincolnshire.gov.uk

Country

United Kingdom

NUTS code

UKF3 - Lincolnshire

Internet address(es)

Main address

https://www.west-lindsey.gov.uk/

Buyer's address

https://www.west-lindsey.gov.uk/

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 REPAIR AND MAINTENANCE ( (Refuse Collection Vehicles and other Commercial Vehicles)

Reference number

DN587692

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This requirement is for a single Supplier to carry out the repair, servicing, inspection and general maintenance on the Councils vehicle fleet on a Pay As You Go basis.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF3 - Lincolnshire

two.2.4) Description of the procurement

This requirement is for a single Supplier to carry out the repair, servicing, inspection and general maintenance on the Councils vehicle fleet on a Pay As You Go basis.

The Councils Fleet of 35 vehicles is varied and includes Refuse Collection Vehicles, a selection of vans used in street cleansing and market operations and various operational support vehicles.

The Supplier shall manage the Councils fleet in respect of vehicle inspections and statutory testing.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

There will be an option for the Council to extend the Contract by a period of 2 extensions of 12 months each to a total contract length of 6 years.

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

In the procurement documents

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.1.8) 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

24 January 2022

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 January 2022

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contracts Regulations 2015, the Council will incorporate a minimum 10 caledar day standstill period from the date information on award of contract is communicated to tenderers.