Contract notice
Section I: Contracting
authority
I.1) Name and addresses
South Ayrshire Council
County Buildings, Wellington Square
Ayr
KA7 1DR
UK
Telephone: +44 3001230900
E-mail: procurement@south-ayrshire.gov.uk
NUTS: UKM94
Internet address(es)
Main address: http://www.south-ayrshire.gov.uk/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of a Fleet Maintenance Service
II.1.2) Main CPV code
50111000
II.1.3) Type of contract
Services
II.1.4) Short description
South Ayrshire Council (the Council) has a requirement to establish a Multi-Provider Framework Agreement for suitably experienced and competent Service Providers to undertake the following:
All Repairs;
Services;
MOT’s;
Routine planned inspections and maintenance to vehicles and ancillary equipment fitted to vehicles;
24/7 breakdown recovery and roadside assistance for the entire fleet of Council vehicles as detailed within each relevant Lot.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Light Commercial Vehicles and Cars (LCV’s and Cars)
II.2.2) Additional CPV code(s)
50111000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
South Ayrshire Council (the Council) has a requirement to establish a Multi-Provider Framework Agreement for suitably experienced and competent Service Providers to undertake the following:
All Repairs;
Services;
MOT’s;
Routine planned inspections and maintenance to vehicles and ancillary equipment fitted to vehicles;
24/7 breakdown recovery and roadside assistance for the entire fleet of Council vehicles as detailed within each relevant Lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
+1 +1 +1
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Heavy Goods Vehicles, Buses, and Refuse Collection Vehicles (HGV’s, Buses and RCVs)
II.2.2) Additional CPV code(s)
50100000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
South Ayrshire Council (the Council) has a requirement to establish a Multi-Provider Framework Agreement for suitably experienced and competent Service Providers to undertake the following:
All Repairs;
Services;
MOT’s;
Routine planned inspections and maintenance to vehicles and ancillary equipment fitted to vehicles;
24/7 breakdown recovery and roadside assistance for the entire fleet of Council vehicles as detailed within each relevant Lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
+1 +1 +1
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
All Lots – All services must be carried out by appropriately qualified and trained personnel, and in accordance with all relevant statutes and other legislative requirements, the provisions and requirements of the Contract, and good industry practice. Evidence of qualifications and training will be required.
Lot 2 – HGVs, Buses and RCVs – Technicians and their workshop must be Institute of Road Transport Engineers (IRTEC) accredited. Evidence of this accreditation will be required. Tenderers that do not have these accreditations must ensure they are obtained within 3 months of the contract award date.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to Procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/09/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
27/09/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Circa June 2029.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please refer to Procurement documents
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27333. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please refer to Procurement documents
(SC Ref:776100)
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
23/08/2024