Provide Commercial Vehicle Servicing for North Somerset Council
The provision of vehicle servicing, inspections, MOT testing (MOT Tests can be sub-contracted) and the maintenance of a fleet of council vehicles.
United Kingdom-Weston-super-Mare: Fleet management, repair and maintenance services
2017/S 010-014853
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town Hall, Walliscote Grove Road
Weston-super-Mare
BS23 1UJ
United Kingdom
Contact person: Mr Geoff Wall
Telephone: +44 1275884730
E-mail: geoff.wall@n-somerset.gov.uk
NUTS code: UKK12
Internet address(es):Main address: http://www.n-somerset.gov.uk/
Address of the buyer profile: http://www.n-somerset.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Commercial Vehicle Servicing and Maintenance.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The provision of vehicle servicing, inspections, MOT testing (MOT Tests can be sub-contracted) and the maintenance of a fleet of council vehicles. The fleet consists of approximately 100 vehicles. The contract is split into 5 Lots. Bidders can bid for 1 or more Lots.
The contract is for an initial term of 4 years with the option for extension or extensions for a further 3 years.
II.1.6)Information about lots
II.2.1)Title:
Lot A Cars
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The inspection/servicing ad-hoc repairs, breakdown and call outs, and MOT testing of cars. Approximately 40 vehicles.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract is for an initial term of four years with the option for extension or extensions for a further three years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot B — Light Goods Vehicles (LGV’s)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The inspection/servicing ad-hoc repairs, breakdown and call outs and MOT testing of Light Goods Vehicles (LGV’s). Approximately 14 vehicles.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract is for an initial term of 4 years with the option for extension or extensions for a further 3 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot C — Heavy Goods Vehicles (HGV’s)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The inspection/servicing ad-hoc repairs, breakdown and call outs and MOT of Heavy Goods Vehicles (HGV’s). Approximately 2 vehicles.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract is for an initial term of 4 years with the option for extension or extensions for a further 3 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot D — Passenger Carrying Vehicles (PCV’s).
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The inspection/servicing and ad-hoc repairs, breakdown and call outs and MOT testing of Passenger Carrying Vehicles (PCV’s). Approximately 18 vehicles.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract is for an initial term of 4 years with the option for extension or extensions for a further 3 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot E — Electric Vehicles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The inspection/servicing and ad-hoc repairs, breakdown and call outs and MOT testing of electric vehicles. Approximately 24 vehicles.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract is for an initial term of four years with the option for extension or extensions for a further three years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Town Hall
BS23 1UJ
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Tender for Aberdeen City Car Club
Vehicle Recovery Scheme for Staffordshire Police
Contract for Driver Training Somerset
Supply of Service Management and Vehicle Tracking System
Ministry of Defence Vehicle Sales Framework