Tender

Site Shunters and Trailer Maintenance

  • Essex County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-048893

Procurement identifier (OCID): ocds-h6vhtk-0565e8 (view related notices)

Published 14 August 2025, 4:25pm



Scope

Reference

C016PA

Description

The authority have 5 'hooklift' Shunter Vehicles and 4 Tri-Axle Trailers trailers based at various sites across 7 locations within Essex. These vehicles require regular maintenance and repair.

The authority has an ongoing requirement for a contractor to provide regular maintenance and ad hoc remedial works for these vehicles.

The contracting authority is Essex County Council and any Successor Body meaning one or more entities which assumes any of the Council's functions (as applicable) as a result of Local Government Reform (LGR). Such successor body or bodies may be, without limitation, a local authority, a combined authority, a combined county authority, a strategic authority or any other status determined pursuant to the Devolution and LGR Legislation.

Total value (estimated)

  • £420,000 excluding VAT
  • £504,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 19 December 2025 to 19 December 2030
  • Possible extension to 19 December 2032
  • 7 years, 1 day

Description of possible extension:

The extension option could be used if the service is still required in it's current form and the supplier has been performing well.

Main procurement category

Services

CPV classifications

  • 50000000 - Repair and maintenance services

Contract locations

  • UKH3 - Essex

Participation

Legal and financial capacity conditions of participation

1) Financial Capacity

ECC has a bespoke 'Financial Assessment Form' spreadsheet, which uses the organisation's financial ratios to categorise financial risk levels. For Bidder's whose completed 'Financial Assessment Form' returns a 'high' or 'very high' risk level, the Authority requires a Parent Company Guarantee, bank bond, performance bond, or equivalent, upon the Authority's request and to the Authority's satisfaction, in order to meet the financial capacity conditions.

2) Required Insurance

The Bidder will be required to have in place prior to the Service Commencement Date (14th August) the following levels of insurance: Employer's Liability Insurance £5 million; Public Liability Insurance £5 million; Professional Indemnity Insurance £2 million

3) Modern Slavery

Relevant commercial organisations subject to the requirements of the Modern Slavery Act 2015 will need to confirm they are fully compliant with this legislation by Service Commencement Date.

4) Equality and Diversity

Bidders that have been had an investigation of unlawful discrimination upheld by an Employment Tribunal, an Employment Appeal Tribunal, the Equality and Human Rights Commission, or any other court or equivalent body, will need to provide evidence that they have implemented adequate remedial actions to prevent similar unlawful discrimination recurring, to the Authority's satisfaction.

5) Environmental Management

Bidders that have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by an environmental regulator or authority, will need to provide evidence that they have implemented adequate remedial actions to prevent similar breaches recurring, to the Authority's satisfaction.

6) Health and Safety

Bidders are required to have a Health and Safety Policy that complies with current legislative requirements.

Technical ability conditions of participation

) Relevant experience

Bidders shall provide details of previous experience where they have delivered similar services in the last three years. These examples and their description must clearly demonstrate to the Authority's satisfaction that your organisation has sufficient technical and professional ability to be capable of delivering similar services to the requirements set out in the Specification.

Where the Bidder does not have any examples of previous contract, they must explain how their organisation has the technical and professional ability required to deliver similar services to the requirement set out in the Specification, describing the systems, staffing and infrastructure your organisation has in place, to the Authority's satisfaction.

2) Subcontracting

Where the Bidder intends to subcontract a proportion of the contract, the Bidder must provide a description of what measures they have in place to maintain a healthy supply chain with their subcontractors, to the Authority's satisfaction.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

2 September 2025, 12:00pm

Tender submission deadline

9 September 2025, 12:00pm

Submission address and any special instructions

Please refer to the C016PA - Site Shunters and Trailer Maintenance project on https://procontract.due-north.com for the tender documents in full, for any clarification questions, and to submit responses.

Bidders need to be registered on both Procontract and the Central Digital Platform to Tender.

If you are not registered on the central digital platform you can find more information and register for free here: https://supplierregistration.cabinetoffice.gov.uk/faq/en_GB/Central_Digital_Platform

If you are not registered on ProContract you can register for free here: https://procontract.due-north.com/Register

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

14 October 2025

Recurring procurement

Publication date of next tender notice (estimated): 15 August 2030


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Cost Cost 69%
Quality Quality 18%
Social Value Quality 10%
Climate Quality 3%

Other information

Description of risks to contract performance

1) There is a known risk that a supplier may go into liquidation.

2) There is a potential risk that an issue with a machine may be significant enough that the authority is temporarily left without a machine.

3) There is a potential risk that parts may not be available due to issues in the supply chain.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://procontract.due-north.com


Contracting authority

Essex County Council

  • Public Procurement Organisation Number: PWVM-4844-NRQH

County Hall, Market Road

Chelmsford

CM1 1QH

United Kingdom

Region: UKH36 - Heart of Essex

Organisation type: Public authority - sub-central government