Vehicle Maintenance and Repair

A Contract Award Notice
by GLASGOW CITY COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
not specified
Value
£80K-£800K
Sector
TRANSPORT
Published
08 Jun 2023
Delivery
not specified
Deadline
n/a

Concepts

Location

Predominantly at the Supplier’s premises and when required the council’s premises

Geochart for 1 buyers and 8 suppliers

Description

The council requires Bidders to submit bids for the provision of Vehicle Maintenance and Repair services to the council’s vehicles, the main aim of this framework agreement is to ensure that all vehicles under the remit of the council are maintained, repaired and roadworthy. The fleet of vehicles are made up of a diverse range of vehicles from small cars, car derived vans, light goods vehicles such as caged and tipper vans, tail-lift box vehicles, minibuses, roads, lighting maintenance vehicles, gritters and tippers, skip and refuse collection vehicles, heavy articulated trucks and trailers etc. There are 9 lots as stated below- Lot 1 -Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles) Lot 2- Vehicle Tachograph Calibration and Repairs Lot 3 -Vehicle Transmission Equipment, Repair and Replacement (for light and heavy vehicles) Lot 4 -Vehicle Electrical systems (all vehicles) Lot 5 -Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes Lot 6 -Vehicle Repairs for cars /car Derived vans including accidental damage Lot7 -Vehicle Repairs for Light goods Vehicles (LGV) up to 3.5 tonne including accidental damage Lot 8- Vehicle Repairs for Heavy Goods Vehicles (HGV) above 3.5 tonne including accidental damage Lot 9 - Vehicle Ministry of Transport (MOT’s), preparation MOT’s and associated servicing and repairs for Heavy Goods Vehicles (HGV) above 3.5 tonne. The council will outsourced the services required for Lots 1,2 and 3. The council will only outsource the required services for Lot 4, 5, 6, 7, 8 and 9 if they do not have the capacity to undertake this service in house.

Lot Division

1 Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles)

This is for the provision of vehicle engine inspection and refurbishment services. The Supplier will be expected to undertake- General Engine Diagnosis Cylinder Head and Valve Train Diagnosis and Repair Engine Block Diagnosis and Repair Lubrication and Cooling Systems Diagnosis and Repair Fuel, Electrical, Ignition, Exhaust Systems Inspection and Service

Award Criteria
Fair Work Practice 5
Operational - Fleet Management 4
Operational - Supply Chain / Spare Parts 3
Operational - Commercial Premises 2
Operational - Service Deliver 16
Operational - Service 4
Communication / Escalation 2
Sustainability 4
price 60
2 Vehicle Tachograph Calibration and Repairs (light and heavy vehicles)

This is for the provision of scheduled 2 yearly tachograph calibration and repair services for the council’s vehicles to ensure the council continues to meet its legal requirements including providing a clear reference to repair or replace, calibrate and re-seal to Digital and Smart Annex 1C tachographs. The council requires the bidders to undertake- Vehicle Calibration and Repair (scheduled maintenance) Carry out test procedures Repairs to Vehicle Unit Vehicle Unit Replacement Completed Certification

Award Criteria
Fair Work Practice 5
Operational - Fleet Management 4
Operational - Supply Chain / Spare Parts 3
Operational - Commercial Premises 2
Operational - Service Delivery 18
Operational - Service 2
Communication / Escalation 2
Sustainability 4
price 60
4 Vehicle Electrical systems (all vehicles)

This is for the provision of vehicle electrical system services for the council’s vehicles. The council requires the Supplier to understand vehicle system fault diagnosis criteria and techniques and must be able to use fault diagnostic techniques and equipment to determine the performance of vehicle system. The council will only outsource this service if they do not have the capacity to undertake this in house. The Supplier is required to undertake- Security Systems Environmental Passenger Protection Car Key Replacement Other Essential work

Award Criteria
Fair Work Practice 5
Operational - Fleet Management 4
Operational - Supply Chain / Spare Parts 3
Operational - Commercial Premises 2
Operational - Service Delivery 16
Operational - Service 4
Communication / Escalation 2
Sustainability 4
price 60
5 Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes

This is for the provision of vehicle servicing and repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonne and will involve Class 4, 5 and 7 including electric vehicles, to ensure that the council continues to meet its legal requirement. The council will outsource the mandatory MOT’s, including service and repairs, only if they do not have the capacity or resource to undertake this inhouse for light vehicles up to 3.5 tonnes. The Supplier is required to undertake- Ministry of Transport and associated repairs and or servicing at the time of MOT.

Award Criteria
Fair Work Practice 5
Operational - Fleet Management 4
Operational - Supply Chain / Spare Parts 3
Operational - Commercial Premises 2
Operational - Service Delivery 18
Operational - Service 2
Communication / Escalation 2
Sustainability 4
price 60
6 Vehicle Repairs for cars /car Derived vans including accidental damage

This is for the provision of vehicle repairs for cars, car derived vans including accidental damage for the council’s vehicles and ancillary equipment such as tail lifts etc when they do not have the capacity to undertake this inhouse. The council requires repair services for accident and operational damage, as well as ad-hoc repairs. The Supplier is required to undertake Body coach works including structural works. Electrical works. Mechanical works. Specialist component equipment repairs. Vehicle modification works. Panel spray painting for ad hoc requests. Provision of support on any manufacturer recall process repair. All estimates should be configured on the AUDATEX system or equivalent All repair estimates should have picture evidence of different stages of the repair including in and out of paint on request. Repairs to auxiliary equipment including tail lifts Transporting Vehicles

Award Criteria
Fair Work Practice 5
Operational - Fleet Management 4
Operational - Supply Chain / Spare Parts 3
Operational - Commercial Premises 2
Operational - Service Delivery 12
Operational - Service 8
Communication / Escalation 2
Sustainability 4
price 60
7 Vehicle Repairs for Light goods Vehicles up to 3.5 tonne including accidental damage

This is for the provision of vehicle repair for Light Goods Vehicles up to 3.5 tonne including accidental damage for the council’s vehicles and ancillary equipment such as tail lifts, penny cranes etc when they do not have the capacity to undertake this in-house. The council requires repair services for accident and operational damage, as well as ad-hoc repairs. The Supplier is required to undertake- Body coach works including structural works. Electrical works. Mechanical works. Specialist component equipment repairs. Vehicle modification works. Panel spray painting for ad hoc requests. Provision of support on any manufacturer recall process repair. All estimates should be configured on the AUDATEX system or equivalent All repair estimates should have picture evidence of different stages of the repair including in and out of paint on request. Repairs to auxiliary equipment including tail lifts Transporting Vehicles

Award Criteria
Fair Work Practice 5
Operational - Fleet Management 4
Operational - Supply Chain / Spare Parts 3
Operational - Commercial Premises 2
Operational - Service Delivery 12
Operational - Service 8
Communication / Escalation 2
Sustainability 4
price 60

Award Detail

1 Motus Commercials (Glasgow)
  • Vehicle Tachograph Calibration and Repairs (light and heavy vehicles)
  • Reference: 016229-2023-1
  • Value: £80,000
2 Elprosys (Paisley)
  • Vehicle Electrical systems (all vehicles)
  • Reference: 016229-2023-2
  • Value: £360,000
3 Gordon Cooley Coachbuilders (Glasgow)
  • Vehicle Repairs for Light goods Vehicles up to 3.5 tonne including accidental damage
  • Reference: 016229-2023-3
  • Value: £100,000 [share]
  • Awarded to group of suppliers.
4 Agmors Coachwork (Glasgow)
  • Vehicle Repairs for Light goods Vehicles up to 3.5 tonne including accidental damage
  • Reference: 016229-2023-3
  • Value: £100,000 [share]
  • Awarded to group of suppliers.
5 Gordon Cooley Coachbuilders (Glasgow)
  • Vehicle Repairs for cars /car Derived vans including accidental damage
  • Reference: 016229-2023-4
  • Value: £140,000 [share]
  • Awarded to group of suppliers.
6 Agmors Coachwork (Glasgow)
  • Vehicle Repairs for cars /car Derived vans including accidental damage
  • Reference: 016229-2023-4
  • Value: £140,000 [share]
  • Awarded to group of suppliers.
7 Pistons & Components Glasgow (Glasgow)
  • Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles)
  • Reference: 016229-2023-5
  • Value: £800,000
8 Springhill Mot Station (Glasgow)
  • Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes
  • Reference: 016229-2023-6
  • Value: £640,000

CPV Codes

  • 50000000 - Repair and maintenance services
  • 34310000 - Engines and engine parts
  • 50433000 - Calibration services
  • 31610000 - Electrical equipment for engines and vehicles
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

Indicators

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** SPD Questions 4D.1,4D1.1,4D1.2,4D2,4D2.1 and 4D2.2; Bidders may hold the certificates for Quality Assurance Scheme, Environmental Management Standards or comply with all the questions noted in SPD Section. 4D. Please refer to Qualification Envelope within the PCS-T portal for these questions. Health and Safety Questionnaire - Document Eight , Bidders only required to complete one copy if you are bidding for one or more than lot and submit this will your bid submission. The H and S Questionnaire will be evaluated pass or fail. The council are looking for a maximum of 3 suppliers per lot for this framework agreement on a ranked 1,2 and 3 basis. Freedom of Information. Act-Information on the FOI Act is contained in Appendix. A of the ITT. Applicants must note the implications of this legislation and ensure that any info they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the buyer’s attachment area within the PCST portal (NB the council does not bind itself to withhold this info). Tenderers Amendments- Applicants must enter any clause, condition, amendment to specification or any other qualification or reservation they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate that is contained within the buyer’s attachment area within PCST portal. Prompt Payment -The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum, invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate contained in the buyer’s attachment area within PCST portal. Non Collusion -Applicants will be required to complete the Non Collusion certificate contained in the buyers attachment area within the PCS Tender portal. Insurance Mandate-All successful suppliers will be required to sign an Insurance Mandate, contained in the buyer’s attachment area within the PCS Tender portal authorising the Council to request copies of insurance docs from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Draft T&C’s are located within the buyers attachment area within the PCST portal. Additional info pertaining to this contract notice is contained in the ITT documents situated within the buyer’s attachment area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. (SC Ref:730731)

Reference

Domains