← Back to opportunities

Site Shunters and Trailer Maintenance

Essex County Council

Buyer Contact Info

Buyer Name: Essex County Council

Buyer Address: County Hall, Market Road, Chelmsford, UKH36, CM1 1QH, United Kingdom

Contact Email: wasteservice.procurement@essex.gov.uk

Status
active
Procedure
open
Value
420000.0 GBP
Gross: 504000 GBP
Published
14 Aug 2025, 15:25
Deadline
09 Sep 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
50000000 - Repair and maintenance services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://procontract.due-north.com

External Link: https://www.find-tender.service.gov.uk/Notice/048893-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 420,000

Lot 1 Value (Gross): GBP 504,000

Lot 1 Contract Start: 2025-12-19T00:00:00Z

Lot 1 Contract End: 2030-12-19T23:59:59Z

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Quality (18%)

Lot 1 Award Criterion (quality): Climate (3%)

Lot 1 Award Criterion (quality): Social Value (10%)

Lot 1 Award Criterion (cost): Cost (69%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PWVM-4844-NRQH",
    "name": "Essex County Council"
  },
  "date": "2025-08-14T16:25:31+01:00",
  "id": "048893-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0565e8",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Chelmsford",
        "postalCode": "CM1 1QH",
        "region": "UKH36",
        "streetAddress": "County Hall, Market Road"
      },
      "contactPoint": {
        "email": "wasteservice.procurement@essex.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PWVM-4844-NRQH",
      "identifier": {
        "id": "PWVM-4844-NRQH",
        "scheme": "GB-PPON"
      },
      "name": "Essex County Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-10-14T23:59:59+01:00"
    },
    "description": "The authority have 5 \u0027hooklift\u0027 Shunter Vehicles and 4 Tri-Axle Trailers trailers based at various sites across 7 locations within Essex. These vehicles require regular maintenance and repair.\nThe authority has an ongoing requirement for a contractor to provide regular maintenance and ad hoc remedial works for these vehicles.\nThe contracting authority is Essex County Council and any Successor Body meaning one or more entities which assumes any of the Council\u0027s 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.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://procontract.due-north.com"
      },
      {
        "datePublished": "2025-08-14T16:25:31+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "048893-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/048893-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-09-02T12:00:00+01:00"
    },
    "hasRecurrence": true,
    "id": "C016PA",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH3"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Quality",
              "numbers": [
                {
                  "number": 18,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Climate",
              "numbers": [
                {
                  "number": 3,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Cost",
              "numbers": [
                {
                  "number": 69,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2030-12-19T23:59:59Z",
          "maxExtentDate": "2032-12-19T23:59:59Z",
          "startDate": "2025-12-19T00:00:00Z"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The extension option could be used if the service is still required in it\u0027s current form and the supplier has been performing well."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "1) Financial Capacity\nECC has a bespoke \u0027Financial Assessment Form\u0027 spreadsheet, which uses the organisation\u0027s financial ratios to categorise financial risk levels. For Bidder\u0027s whose completed \u0027Financial Assessment Form\u0027 returns a \u0027high\u0027 or \u0027very high\u0027 risk level, the Authority requires a Parent Company Guarantee, bank bond, performance bond, or equivalent, upon the Authority\u0027s request and to the Authority\u0027s satisfaction, in order to meet the financial capacity conditions.\n2) Required Insurance\nThe Bidder will be required to have in place prior to the Service Commencement Date (14th August) the following levels of insurance: Employer\u0027s Liability Insurance \u00a35 million; Public Liability Insurance \u00a35 million; Professional Indemnity Insurance \u00a32 million\n3) Modern Slavery\nRelevant 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.\n4) Equality and Diversity\nBidders 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\u0027s satisfaction.\n5) Environmental Management\nBidders 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\u0027s satisfaction.\n6) Health and Safety\nBidders are required to have a Health and Safety Policy that complies with current legislative requirements.",
              "type": "economic"
            },
            {
              "description": ") Relevant experience\nBidders 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\u0027s 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.\nWhere 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\u0027s satisfaction.\n2) Subcontracting\nWhere 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\u0027s satisfaction.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 420000,
          "amountGross": 504000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2030-08-15T23:59:59+01:00"
        }
      ]
    },
    "riskDetails": "1) There is a known risk that a supplier may go into liquidation.\n2) There is a potential risk that an issue with a machine may be significant enough that the authority is temporarily left without a machine.\n3) There is a potential risk that parts may not be available due to issues in the supply chain.",
    "status": "active",
    "submissionMethodDetails": "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.\nBidders need to be registered on both Procontract and the Central Digital Platform to Tender.\nIf 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\nIf you are not registered on ProContract you can register for free here: https://procontract.due-north.com/Register",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-09-09T12:00:00+01:00"
    },
    "title": "Site Shunters and Trailer Maintenance",
    "value": {
      "amount": 420000,
      "amountGross": 504000,
      "currency": "GBP"
    }
  }
}