Tender

CP2366-23 Fleet Maintenance Contract

  • Devon County Council

F02: Contract notice

Notice identifier: 2024/S 000-039644

Procurement identifier (OCID): ocds-h6vhtk-04c5c1

Published 9 December 2024, 3:23pm



Section one: Contracting authority

one.1) Name and addresses

Devon County Council

County Hall, Topsham Road

Exeter

EX2 4QD

Contact

Ms Sharon Black

Email

sharon.black@devon.gov.uk

Telephone

+44 1392383000

Country

United Kingdom

Region code

UKK43 - Devon CC

Internet address(es)

Main address

http://www.devon.gov.uk

Buyer's address

http://www.devon.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.supplyingthesouthwest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.supplyingthesouthwest.org.uk

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

CP2366-23 Fleet Maintenance Contract

Reference number

DN681659

two.1.2) Main CPV code

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

two.1.3) Type of contract

Services

two.1.4) Short description

Fleet Maintenance Contract for the servicing, breakdown repairs, inspection and testing of

approximately 360 fleet vehicles.

The services required are divided into two Lots: North & South.

The actual type and number of vehicles covered will vary by Lot.

Contractors may bid for any number of Lots and may be awarded multiple lots.

DCC will provide spare vehicles which the maintenance provider will need to manage and

store.

The majority of the current vehicle fleet is powered by petrol or diesel with internal

combustion engines however approximately 10% of the vehicles are electric, this number is

likely to increase significantly during the life of the contract.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

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 - South Devon Area

Lot No

1

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.2.3) Place of performance

NUTS codes
  • UKK43 - Devon CC

two.2.4) Description of the procurement

Contractors will be required to provide a wide range of vehicle services including servicing,

breakdown repairs, inspection and testing (including MOT’s) covering the nature and type of

vehicles within the Lot along with vehicle recovery and potentially vehicle delivery and

collection. It is anticipated that the Lot will cover the approximately 247 vehicles.

two.2.5) Award criteria

Quality criterion - Name: Quality criteria / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Start date

1 April 2025

End date

31 March 2030

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: Yes

Description of options

Option to extend for 2 x one year.

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 - North Devon Area

Lot No

2

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.2.3) Place of performance

NUTS codes
  • UKK43 - Devon CC

two.2.4) Description of the procurement

Contractors will be required to provide a wide range of vehicle services including servicing,

breakdown repairs, inspection and testing (including MOT’s) covering the nature and type of

vehicles within the Lot along with vehicle recovery and potentially vehicle delivery and

collection. It is anticipated that the Lot will cover the approximately 112 vehicles.

two.2.5) Award criteria

Quality criterion - Name: Quality criteria / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,000,000

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

Start date

1 April 2025

End date

31 March 2030

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: Yes

Description of options

Option to extend for 2 x one year.

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 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

13 January 2025

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

13 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The authority reserves the right to cancel the procurement process at any stage. The

authority does not bind itself to accept the lowest or any tender, and reserve the right not to

award a contract. The authority reserves the right to award the contract in part, or to call for

new tenders should they consider this necessary. Economic operators remain responsible for

all costs and expenses incurred by them or by any third party acting under instructions from

them in connection with their participation in this procurement, whether incurred directly by

them or their advisors or subcontractors and regardless of whether such costs arise as a

consequence direct or indirect of any amendments to documents issued by the authority at

any time, or as a consequence of the cancellation of the procurement by the authority. For

the avoidance of doubt, the authority shall have no liability whatsoever to economic

operators or their advisors or subcontractors, for any of their costs, including but not limited

to those for any discussions or communications. Any contract(s) or agreement(s) entered

into as a result of this contract notice shall be considered as a contract(s) or agreement(s)

made under English law and subject to the exclusive jurisdiction of the English courts. If an

economic operator considers that any information supplied by it during this procurement

process is commercially sensitive or confidential in nature, this should be highlighted and the

reasons for its sensitivity as well as the duration of that sensitivity specified. Economic

commercially sensitive, the authority may disclose it pursuant to the Freedom of Information

Act 2000 in response to a request for information where such disclosure is considered to be

in the public interest. Please note that the receipt by any of the authority of any materials

marked ‘confidential’ or equivalent shall not be taken to mean that the authority accepts any

duty of confidence by virtue of that marking.

six.4) Procedures for review

six.4.1) Review body

The High Court Justice

The Strand

London

WC2A 2LL

Country

United Kingdom