← Back to opportunities

Framework for Light & Heavy Vehicle Repairs (Mechanical and Electrical) including Servicing and MOTs

South Lanarkshire Council

Buyer Contact Info

Buyer Name: South Lanarkshire Council

Buyer Address: 12th Floor, Hamilton, UKM95, ML3 0AA

Contact Name: Steven McMichael

Contact Email: steven.mcmichael@southlanarkshire.gov.uk

Status
active
Procedure
open
Value
4000000.0 GBP
Published
03 Dec 2025, 00:00
Deadline
16 Jan 2026, 12:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
50100000
Region
n/a
Awarded To
n/a
Official Source
Open Public Contracts Scotland

Description

These services will be delivered to the Council’s Community and Enterprise Resources Roads, Transportation and Fleet Services for the purposes of servicing and repairing the Council’s fleet of vehicles and plant. This will include mechanical and electrical repairs, and servicing and MOTs to the Council’s fleet of approximately 1700 vehicles. All repairs shall be covered by appointed contractors where the Council does not have an in house capacity to undertake this requirement. Service Requirement To cover the range of Vehicle Repairs, Service and MOTs required under a Framework Agreement the Council is looking to appoint several service providers to accommodate the Council’s vehicle fleet and plant. This will be based on the following categories of vehicle: - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant, e.g. Forklifts and Lifting Plant. And covers: - - MOT – Both Heavy and Light Vehicles - Servicing – Both Heavy and Light Vehicles - Mechanical and Electrical Repair – Both Heavy and Light Vehicle - Engine Repair/Replacement – Both Heavy and Light Vehicle - Plant Repair and Servicing – e.g. Forklifts and Lifting Plant.

Linked Documents

Some PCS documents require login and recording interest on the source portal before download links are available.

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544859

Link Title: Framework for Light & Heavy Vehicle Repairs (Mechanical and Electrical) including Servicing and MOTs

Link Description: These services will be delivered to the Council’s Community and Enterprise Resources Roads, Transportation and Fleet Services for the purposes of servicing and repairing the Council’s fleet of vehicles and plant. This will include mechanical and electrical repairs, and servicing and MOTs to the Council’s fleet of approximately 1700 vehicles. All repairs shall be covered by appointed contractors where the Council does not have an in house capacity to undertake this requirement. Service Requirement To cover the range of Vehicle Repairs, Service and MOTs required under a Framework Agreement the Council is looking to appoint several service providers to accommodate the Council’s vehicle fleet and plant. This will be based on the following categories of vehicle: - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant, e.g. Forklifts and Lifting Plant. And covers: - - MOT – Both Heavy and Light Vehicles - Servicing – Both Heavy and Light Vehicles - Mechanical and Electrical Repair – Both Heavy and Light Vehicle - Engine Repair/Replacement – Both Heavy and Light Vehicle - Plant Repair and Servicing – e.g. Forklifts and Lifting Plant.

Lots

Lot Title: Light Vehicles/Minibuses (up to 3.5T)

Lot Description: The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.. Sub Lot 1.1: Mechanical Repair Sub Lot 1.2: Electrical Repair Sub Lot 1.3: Servicing & MOT

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): Technical

Lot Title: Heavy Vehicles/Minibuses (Over 3.5T)

Lot Description: The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.. Sub Lot 2.1: Mechanical Repair Sub Lot 2.2: Electrical Repair Sub Lot 2.3: Servicing Only

Lot 2 Status: active

Lot 2 Has Options: No

Lot 2 Award Criterion (quality): Technical

Lot Title: Plant

Lot Description: The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.. Sub Lot 3.1: Mechanical Repair Sub Lot 3.2: Electrical Repair Sub Lot 3.3: Servicing Only

Lot 3 Status: active

Lot 3 Has Options: No

Lot 3 Award Criterion (quality): Technical

Documents

Document Title: Framework for Light & Heavy Vehicle Repairs (Mechanical and Electrical) including Servicing and MOTs

Document Description: These services will be delivered to the Council’s Community and Enterprise Resources Roads, Transportation and Fleet Services for the purposes of servicing and repairing the Council’s fleet of vehicles and plant. This will include mechanical and electrical repairs, and servicing and MOTs to the Council’s fleet of approximately 1700 vehicles. All repairs shall be covered by appointed contractors where the Council does not have an in house capacity to undertake this requirement. Service Requirement To cover the range of Vehicle Repairs, Service and MOTs required under a Framework Agreement the Council is looking to appoint several service providers to accommodate the Council’s vehicle fleet and plant. This will be based on the following categories of vehicle: - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant, e.g. Forklifts and Lifting Plant. And covers: - - MOT – Both Heavy and Light Vehicles - Servicing – Both Heavy and Light Vehicles - Mechanical and Electrical Repair – Both Heavy and Light Vehicle - Engine Repair/Replacement – Both Heavy and Light Vehicle - Plant Repair and Servicing – e.g. Forklifts and Lifting Plant.

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "org-35",
    "name": "South Lanarkshire Council"
  },
  "date": "2025-12-03T00:00:00Z",
  "description": "Aligned Tender Training will be available via a Webinar for bidder\u00e2\u0080\u0099s seeking assistance with the tender process.\r\n The Aligned Tender Training will be hosted by the Supplier Development Programme (\u00e2\u0080\u009cSDP\u00e2\u0080\u009d) on Thursday 11 December 2025 at 10:30am-12:00pm\r\n Link - https://www.sdpscotland.co.uk/events/aligned-tender-training-1957/\r\n SPD Questions 3A.1 to 3A.8 Serious and Organised Crime \u00e2\u0080\u0093 Information Sharing Protocol\r\n It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime \u00e2\u0080\u0093 Information Sharing Protocol form for evaluation prior to any award being made.\r\n Declarations and Certificates\r\n In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.\r\n All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.\r\n SPD Question 2D.1 - Prompt Payment Certificate\r\n SPD Questions 3A.1 to 3A.8 - Serious and Organised Crime Declaration\r\n SPD Questions 3A1 to 3A.8 - Serious and Organised Crime \u00e2\u0080\u0093 Information Sharing Protocol with Police Scotland Form\r\n SPD Question 3D.11 - Non-Collusion Certificate\r\n SPD Question 4B.5.1 -Insurance Certificates\r\n - Employer\u00e2\u0080\u0099s Liability - 10000000. GBP\r\n - Public Liability - 50000000 GBP\r\n - Combined Motor Trade Insurance\r\n Under this contract bidders will be required to actively participate in the achievement of Community Benefits. A summary of the expected Community Benefits has been provided within the attachment area/technical envelope and bidders will be asked to provide details of the Community Benefits they can offer as part of their bid.\r\n The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30280. For more information see:\r\n http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\r\n The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30280. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\r\n A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\r\n Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\r\n A summary of the expected community benefits has been provided as follows:\r\n A summary of the expected community benefits are as detailed within the tender documents.\r\n (SC Ref:817258)",
  "id": "rls-83-DEC544859",
  "initiationType": "tender",
  "language": "EN",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000808506",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-r6ebe6-0000808506",
  "parties": [
    {
      "address": {
        "locality": "Hamilton",
        "postalCode": "ML3 0AA",
        "region": "UKM95",
        "streetAddress": "12th Floor"
      },
      "contactPoint": {
        "email": "steven.mcmichael@southlanarkshire.gov.uk",
        "name": "Steven McMichael",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
      },
      "details": {
        "classifications": [
          {
            "id": "Regional or local authority",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          },
          {
            "description": "Education",
            "id": "09",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.southlanarkshire.gov.uk"
      },
      "id": "org-35",
      "identifier": {
        "legalName": "South Lanarkshire Council"
      },
      "name": "South Lanarkshire Council",
      "roles": [
        "buyer",
        "centralPurchasingBody"
      ]
    },
    {
      "address": {
        "locality": "Hamilton",
        "postalCode": "ML3 0BT",
        "streetAddress": "Sheriff Court House, 4 Beckford Street"
      },
      "contactPoint": {
        "email": "hamiltoncivil@scotcourts.gov.uk",
        "telephone": "+44 1698282957",
        "url": "http://"
      },
      "id": "org-36",
      "identifier": {
        "legalName": "Hamilton Sheriff Court"
      },
      "name": "Hamilton Sheriff Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "relatedProcesses": [
    {
      "id": "1",
      "identifier": "2025/S 000-061683",
      "relationship": [
        "planning"
      ],
      "scheme": "EU-OJ"
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2026-01-16T12:00:00Z"
    },
    "bidOpening": {
      "date": "2026-01-16T12:00:00Z"
    },
    "classification": {
      "id": "50110000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "These services will be delivered to the Council\u00e2\u0080\u0099s Community and Enterprise Resources Roads, Transportation and Fleet Services for the purposes of servicing and repairing the Council\u00e2\u0080\u0099s fleet of vehicles and plant. This will include mechanical and electrical repairs, and servicing and MOTs to the Council\u00e2\u0080\u0099s fleet of approximately 1700 vehicles. All repairs shall be covered by appointed contractors where the Council does not have an in house capacity to undertake this requirement.\r\n Service Requirement\r\n To cover the range of Vehicle Repairs, Service and MOTs required under a Framework Agreement the Council is looking to appoint several service providers to accommodate the Council\u00e2\u0080\u0099s vehicle fleet and plant.\r\n This will be based on the following categories of vehicle:\r\n - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans)\r\n - Light Goods Vehicles (LGV) up to 3,500kg\r\n - Goods Vehicles/Passenger Vehicles in excess of 3500kg\r\n - Buses\r\n - Plant, e.g. Forklifts and Lifting Plant.\r\n And covers: -\r\n - MOT \u00e2\u0080\u0093 Both Heavy and Light Vehicles\r\n - Servicing \u00e2\u0080\u0093 Both Heavy and Light Vehicles\r\n - Mechanical and Electrical Repair \u00e2\u0080\u0093 Both Heavy and Light Vehicle\r\n - Engine Repair/Replacement \u00e2\u0080\u0093 Both Heavy and Light Vehicle\r\n - Plant Repair and Servicing \u00e2\u0080\u0093 e.g. Forklifts and Lifting Plant.",
    "documents": [
      {
        "description": "These services will be delivered to the Council\u00e2\u0080\u0099s Community and Enterprise Resources Roads, Transportation and Fleet Services for the purposes of servicing and repairing the Council\u00e2\u0080\u0099s fleet of vehicles and plant. This will include mechanical and electrical repairs, and servicing and MOTs to the Council\u00e2\u0080\u0099s fleet of approximately 1700 vehicles. All repairs shall be covered by appointed contractors where the Council does not have an in house capacity to undertake this requirement.\r\n Service Requirement\r\n To cover the range of Vehicle Repairs, Service and MOTs required under a Framework Agreement the Council is looking to appoint several service providers to accommodate the Council\u00e2\u0080\u0099s vehicle fleet and plant.\r\n This will be based on the following categories of vehicle:\r\n - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans)\r\n - Light Goods Vehicles (LGV) up to 3,500kg\r\n - Goods Vehicles/Passenger Vehicles in excess of 3500kg\r\n - Buses\r\n - Plant, e.g. Forklifts and Lifting Plant.\r\n And covers: -\r\n - MOT \u00e2\u0080\u0093 Both Heavy and Light Vehicles\r\n - Servicing \u00e2\u0080\u0093 Both Heavy and Light Vehicles\r\n - Mechanical and Electrical Repair \u00e2\u0080\u0093 Both Heavy and Light Vehicle\r\n - Engine Repair/Replacement \u00e2\u0080\u0093 Both Heavy and Light Vehicle\r\n - Plant Repair and Servicing \u00e2\u0080\u0093 e.g. Forklifts and Lifting Plant.",
        "documentType": "contractNotice",
        "format": "text/html",
        "id": "DEC544859",
        "title": "Framework for Light \u0026 Heavy Vehicle Repairs (Mechanical and Electrical) including Servicing and MOTs",
        "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544859"
      }
    ],
    "hasRecurrence": true,
    "id": "SLC/CE/25/085",
    "items": [
      {
        "additionalClassifications": [
          {
            "id": "50100000",
            "scheme": "CPV"
          },
          {
            "id": "50110000",
            "scheme": "CPV"
          },
          {
            "id": "50116000",
            "scheme": "CPV"
          },
          {
            "id": "50116200",
            "scheme": "CPV"
          },
          {
            "id": "50116300",
            "scheme": "CPV"
          },
          {
            "id": "50116400",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM95"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "id": "50100000",
            "scheme": "CPV"
          },
          {
            "id": "50110000",
            "scheme": "CPV"
          },
          {
            "id": "50116000",
            "scheme": "CPV"
          },
          {
            "id": "50116200",
            "scheme": "CPV"
          },
          {
            "id": "50116300",
            "scheme": "CPV"
          },
          {
            "id": "50116400",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM95"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      },
      {
        "additionalClassifications": [
          {
            "id": "50100000",
            "scheme": "CPV"
          },
          {
            "id": "50110000",
            "scheme": "CPV"
          },
          {
            "id": "50116000",
            "scheme": "CPV"
          },
          {
            "id": "50116200",
            "scheme": "CPV"
          },
          {
            "id": "50116300",
            "scheme": "CPV"
          },
          {
            "id": "50116400",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM95"
          }
        ],
        "id": "3",
        "relatedLot": "3"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lotDetails": {
      "maximumLotsBidPerSupplier": 2147483647
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "40",
              "name": "Technical",
              "type": "quality"
            },
            {
              "description": "60",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 720
        },
        "description": "The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.. Sub Lot 1.1: Mechanical Repair\r\n Sub Lot 1.2: Electrical Repair\r\n Sub Lot 1.3: Servicing \u0026 MOT",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The Council have the option to extend for up to 24 months"
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        },
        "title": "Light Vehicles/Minibuses (up to 3.5T)"
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "40",
              "name": "Technical",
              "type": "quality"
            },
            {
              "description": "60",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 720
        },
        "description": "The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.. Sub Lot 2.1: Mechanical Repair\r\n Sub Lot 2.2: Electrical Repair\r\n Sub Lot 2.3: Servicing Only",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "2",
        "renewal": {
          "description": "The Council have the option to extend for up to 24 months"
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        },
        "title": "Heavy Vehicles/Minibuses (Over 3.5T)"
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "40",
              "name": "Technical",
              "type": "quality"
            },
            {
              "description": "60",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 720
        },
        "description": "The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.. Sub Lot 3.1: Mechanical Repair\r\n Sub Lot 3.2: Electrical Repair\r\n Sub Lot 3.3: Servicing Only",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "3",
        "renewal": {
          "description": "The Council have the option to extend for up to 24 months"
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        },
        "title": "Plant"
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "Renewal of the Framework will commence prior to the conclusion of this Framework.\r\n If the Council do not take up the extension option, renewal will commence 2027. If the extension option is exercised, renewal will commence 2029."
    },
    "reviewDetails": "Court of Session\r\n Parliament House\r\n Parliament Square\r\n Edinburgh\r\n EH1 1RQ\r\n +44 1312252595\r\n supreme.courts@scotcourts.gov.uk",
    "selectionCriteria": {
      "criteria": [
        {
          "description": "SPD Question 2.C.1 Reliance on the capacities of other entities\r\n Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon.\r\n SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely\r\n Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria.\r\n Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.\r\n SPD Questions 3A \u00e2\u0080\u0093 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.\r\n SPD Question 4A.1 Trade Registers\r\n It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given.\r\n If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.",
          "type": "suitability"
        },
        {
          "minimum": "SPD Question 4B.4 Economic and Financial Standing\r\n The Council will use the following ratios to evaluate a bidders financial status:\r\n - Profitability \u00e2\u0080\u0093 this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;\r\n - Liquidity \u00e2\u0080\u0093 this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio.\r\n - Gearing \u00e2\u0080\u0093 this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.\r\n Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.\r\n The Council requires bidders to pass 2 out of the 3 financial ratios above.\r\n Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:\r\n - Would the bidder have passed the checks if prior year accounts had been used?\r\n - Were any of the poor appraisal outcomes \"marginal\"?\r\n - Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?\r\n - Does the bidder have sufficient reserves to sustain losses for a number of years?\r\n - Does the bidder have a healthy cashflow?\r\n - Is the bidder profitable enough to finance the interest on its debt?\r\n - Is most of the bidder\u0027s debt owed to group companies?\r\n - Is the bidder\u0027s debt due to be repaid over a number of years, and affordable?\r\n - Have the bidder\u0027s results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"?\r\n - Do the bidder\u0027s auditors (where applicable) consider it to be a \"going concern\"?\r\n - Will the bidder provide a Parent Company Guarantee?\r\n - Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?\r\n - The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided.\r\n SPD Question 4B.5 Insurance\r\n The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:\r\n - Employer\u00e2\u0080\u0099s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims.\r\n - Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.\r\n - Combined Motor Trade Insurance",
          "type": "economic"
        },
        {
          "minimum": "SPD Question 4C.1.2 Technical and Professional Ability\r\n It is a requirement of this tender that the Bidder can demonstrate that they have carried out services of a similar type and value to those mentioned in the service requirements for the lot(s) they are bidding for, within the last 3 years.\r\n SPD Question 4C.6 Qualifications\r\n It is a mandatory requirement of this tender that the bidder recommended for award can provide evidence of your organisations industry accreditation or membership of industry recognition schemes relevant to the mechanical / electrical repair, servicing and MOT of motor vehicles. Manufacture franchise approvals will also be considered.\r\n Example Evidence includes but not limited to: -\r\n City \u0026 Guilds Institute London (CGIL)\r\n SVQ\r\n NVQ\r\n IMI\r\n Institute of Road Transport Engineers (IRTE)\r\n Valid DVSA MOT centre\r\n Bidders should confirm below whether or not they can evidence this requirement\r\n SPD Question 4C.9 Equipment\r\n It is a mandatory requirement of the tender and subsequent contract that the bidder can provide evidence that they have all relevant tools and equipment available for the service(s) you are bidding for at the commencement of the contract.\r\n SPD Question 4C.10 Subcontracting\r\n Bidders are required to provide details of the proportion (i.e percentage) of the contract that they intend to subcontract.\r\n SPD Question 4D.1 Quality Assurance Scheme\r\n It is a requirement of the contract that the bidder(s) recommended for award\r\n holds the following quality standards/accreditation or equivalent.\r\n ISO9001:2015\r\n or\r\n The Motor Ombudsman\u00e2\u0080\u0099s Service and Repair Code of Practice\r\n Bidders should confirm below whether or not they can evidence this requirement\r\n SPD Question 4D.2 Environmental Management Standards\r\n It is a requirement of the contract that the bidder(s) recommended for award\r\n holds the following environmental standards/accreditation or equivalent.\r\n ISO14001:2015\r\n Bidders should confirm below whether or not they can evidence this requirement",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 180
      },
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "maximumParticipants": 7.922816251426434e+28,
        "periodRationale": "Framework will not exceed 4 years."
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2026-01-16T12:00:00Z"
    },
    "title": "Framework for Light \u0026 Heavy Vehicle Repairs (Mechanical and Electrical) including Servicing and MOTs",
    "value": {
      "amount": 4000000.0,
      "currency": "GBP"
    }
  }
}