NUN - Vehicle Tyre Management Framework Agreement 2023-2027 - AWARD

Award

Value

£0

Classifications

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

Tags

  • award

Submission Deadline

1 year ago

Published

1 year ago

Description

Nuneaton and Bedworth is a local government district with borough status, in northern Warwickshire, England, consisting of the towns of Nuneaton and Bedworth as well as villages such as Bulkington, Ash Green, Exhall, Galley Common and Barnacle. The borough had a population of 129,883 in a 2019-estimate. 
      
      It borders the Warwickshire districts of Rugby to the east, and North Warwickshire to the west. To the south, it borders the city of Coventry in the West Midlands county, and to the north the Hinckley and Bosworth district of Leicestershire. The borough is governed by the Nuneaton and Bedworth Borough Council (the Council). As of the most recent local election, the council is under Conservative Control. The Council operates a varied vehicle fleet of circa 90 vehicles covering the following activities: 
      
      - Refuse and waste collection (commercial and domestic); 
      - Street cleansing; 
      - Housing: 
      o Plumbing; 
      o Carpentry; 
      o Internal building works; 
      o Electrical works; 
      o Cleaning; 
      o Decorators 
      - Markets; and 
      - Park and countryside plant. 
      
      The Council has an internal garage and transport team to undertake small repairs, servicing and maintenance for the vehicle fleet but it requires a supplier to assist and support vehicle maintenance with regards to the supply of tyres and associated services. Due to the Council's varied fleet (albeit, the majority of the vehicles are vans (light commercial vehicles), the Council does have a varied requirement for the supply of tyres and associated services.  
      
      The council require the supply and delivery of (if required) of tyres, tubes and ancillary products by mobile fitters within normal working hours on an ad hoc basis.  Services required will be based on (24/7 availability) to include but not limited to the following list: 
      o Supply and fit of new tyres 
      o Tyre changeover/rotation of rim 
      o Wheel balancing (Car and Commercial) 
      o Breakdown tyre replacement 
      o Tyre inspection and panel reports 
      o Tread fill repairs 
      o Puncture repairs 
      o Re-grooving 
      o Technical advice as may be required 
      
      For further details, please review the tender documentation.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

HCC - 06/25 - Provision of Local Electric Vehicle Charging Infrastructure

Hertfordshire County Council is currently out to procurement for the Provision of Local Electric Vehicle Charging Infrastructure The purpose of this procurement exercise is to enable prospective Concessionaires to provide a tender laying out how they would introduce additional chargepoints in on-street, off-street and local car park locations across Hertfordshire. Utilising funding provided by the Department for Transport for the LEVI programme; this is a collaborative initiative with Hertfordshire County Council (the lead Highways authority), 10 District and Boroughs within Hertfordshire, inclusive of Parish and Town Councils. The LEVI programme aims to increase the provision of Electric Vehicle charging infrastructure across the county through the installation of EV infrastructure primarily in areas where residents do not have access to off street parking or find it difficult to access a chargepoint. This is particularly important for subsidising areas which are likely to be less commercially attractive to suppliers. The concessionaire(s) will be procured by Hertfordshire County Council ('the Council') on behalf of a consortium of lower tier authorities who have all committed to this programme, and have signed a Collaboration Agreement, which will be appended to the concession contract. The partnership authorities include: Hertfordshire County Council (lead delivery authority) • Broxbourne Borough Council • Dacorum Borough Council • East Hertfordshire District Council • Hertsmere Borough Council • North Hertfordshire District Council • St Albans City and District Council • Stevenage Borough Council • Three Rivers District Council • Welwyn Hatfield Borough Council • Watford Borough Council As a Tranche 1 authority Hertfordshire has received £6,015,000 of LEVI capital funding and expect that this will contribute towards our 2030 targets for electric vehicle charging provision. In line with our strategy the council is seeking service Concessionaires to increase provision of chargepoints, in the following types of locations spread across the county: Council owned car parks for both local and destination charging (there are 26,000 parking spaces and 400 available car parks across the county). For the LEVI fund the carparks in scope would need to be in proximity (roughly 5-min walk) to residential areas and be appropriate for overnight charging. Off-street locations in the form of hubs on other public-owned land On-street – including standalone bollards, hubs, lamp columns. The county has been split into three lots by geographical area. The purpose of this lotting is to provide consumers with options for different CPOs across the county, encourage competition and competitive tariffs and mitigate any risk of a monopoly across the county. Assigning lots as shown below, enables CPOs to provide charging infrastructure in urban and rural locations at a district level with each provider for the 3 lots being assigned a ‘section’ of the County. Lot Title 1 St Albans, Welwyn Hatfield, North Herts 2 Three Rivers, Watford, Hertsmere, Dacorum 3 Stevenage, Broxbourne, East Herts Tenderers may bid for one Lot, two lots, or all three Lots. The ITT Response Document applies commonly to all the relevant Lots selected apart from Bid Form 10 (Scale) which should be completed for each of the individual Lots being bid for. To maintain competition across the county Tenderers will be awarded a maximum of one Lot. Tenders for each Lot must be independent of each other, and not reliant on being awarded multiple Lots. Full details of the requirement and context of the procurement can be found in the Service Specification which is in Schedule 1 and Schedule 2 of the Contract Document. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 22nd August 2025 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Matthew Wallbank

[email protected]

024 7637 6258

Timeline complete

Publish
Bid
Evaluate
Award
Complete