Borough Council of King's Lynn & West Norfolk: Boston - Vehicle Maintenance

  Borough Council of King's Lynn & West Norfolk is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Boston - Vehicle Maintenance
Notice type: Contract Notice
Authority: Borough Council of King's Lynn & West Norfolk
Nature of contract: Services
Procedure: Open
Short Description: The Council intends to let a new contract for the maintenance of Commercial Vehicles and Grounds Maintenance machinery. The tender will be split into three lots
Published: 31/01/2020 17:05

View Full Notice

UK-Boston: Repair, maintenance and associated services of vehicles and related equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Boston Borough Council
             Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
             Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
             Contact: Procurement
             Main Address: https://www.mybostonuk.com/
             NUTS Code: UKF3
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Boston:-Repair%2C-maintenance-and-associated-services-of-vehicles-and-related-equipment./JVR2MB572T
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Boston - Vehicle Maintenance       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50100000 - Repair, maintenance and associated services of vehicles and related equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Council intends to let a new contract for the maintenance of Commercial Vehicles and Grounds Maintenance machinery. The tender will be split into three lots       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,100,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Light Commercial Vehicles (Up to 3.5t GVW)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      50110000 - Repair and maintenance services of motor vehicles and associated equipment.
      
      II.2.3) Place of performance:
      UKF3 Lincolnshire
      
      II.2.4) Description of procurement: Servicing, maintenance and safety inspection requirements for LOT 1 vehicles – light commercial vehicles not exceeding 3500KG GVW
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 450,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2021 / End: 31/12/2027       
      This contract is subject to renewal: Yes       
      Description of renewals: The Council may at its sole discretion, by written notice during a period between twelve and eighteen months prior to the expiry date, offer to the Contractor an extension, or series of extensions, of up to two further years in total.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/JVR2MB572T       
II.2) Description Lot No. 2
      
      II.2.1) Title: RCVs and Street Sweepers       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      50110000 - Repair and maintenance services of motor vehicles and associated equipment.
      
      II.2.3) Place of performance:
      UKF3 Lincolnshire
      
      II.2.4) Description of procurement: Servicing, maintenance and safety inspection requirements for LOT 2 vehicles – refuse collection vehicles (RCVs) and street cleaning vehicles – vehicles exceeding 3500KG GVW
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2021 / End: 31/12/2027       
      This contract is subject to renewal: Yes       
      Description of renewals: The Council may at its sole discretion, by written notice during a period between twelve and eighteen months prior to the expiry date, offer to the Contractor an extension, or series of extensions, of up to two further years in total.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Grounds Maintenance Machines       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      50110000 - Repair and maintenance services of motor vehicles and associated equipment.
      
      II.2.3) Place of performance:
      UKF3 Lincolnshire
      
      II.2.4) Description of procurement: Servicing, maintenance and safety inspection requirements for LOT 3 - grounds maintenance vehicles, machines and ancillary items
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2021 / End: 31/12/2027       
      This contract is subject to renewal: Yes       
      Description of renewals: The Council may at its sole discretion, by written notice during a period between twelve and eighteen months prior to the expiry date, offer to the Contractor an extension, or series of extensions, of up to two further years in total.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 16/03/2020 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 16/03/2020
         Time: 14:00
         Place:
         Boston Borough Council Offices
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Boston:-Repair%2C-maintenance-and-associated-services-of-vehicles-and-related-equipment./JVR2MB572T

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JVR2MB572T
   VI.4) Procedures for review
   VI.4.1) Review body:
             Boston Borough Council
       Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
       Tel. +44 1205314200, Email: paul.julian@boston.gov.uk
       Internet address: https://www.mybostonuk.com/
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 31/01/2020

Annex A


View any Notice Addenda

View Award Notice

UK-Boston: Repair, maintenance and associated services of vehicles and related equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Boston Borough Council
       Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
       Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
       Contact: Procurement
       Main Address: https://www.mybostonuk.com/
       NUTS Code: UKF3

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Boston - Vehicle Maintenance            
      Reference number: Boston2018

      II.1.2) Main CPV code:
         50100000 - Repair, maintenance and associated services of vehicles and related equipment.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Council intends to let a new contract for the maintenance of Commercial Vehicles and Grounds Maintenance machinery. The tender will be split into three lots

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,100,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Light Commercial Vehicles (Up to 3.5t GVW)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            50110000 - Repair and maintenance services of motor vehicles and associated equipment.


      II.2.3) Place of performance
      Nuts code:
      UKF3 - Lincolnshire
   
      Main site or place of performance:
      Lincolnshire
             

      II.2.4) Description of the procurement: Servicing, maintenance and safety inspection requirements for LOT 1 vehicles – light commercial vehicles not exceeding 3500KG GVW

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/JVR2MB572T

   II.2) Description (lot no. 2)
   

      II.2.1) Title:RCVs and Street Sweepers   
      Lot No:2

      II.2.2) Additional CPV code(s):
            50110000 - Repair and maintenance services of motor vehicles and associated equipment.


      II.2.3) Place of performance
      Nuts code:
      UKF3 - Lincolnshire
   
      Main site or place of performance:
      Lincolnshire
             

      II.2.4) Description of the procurement: Servicing, maintenance and safety inspection requirements for LOT 2 vehicles – refuse collection vehicles (RCVs) and street cleaning vehicles – vehicles exceeding 3500KG GVW

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Grounds Maintenance Machines   
      Lot No:3

      II.2.2) Additional CPV code(s):
            50110000 - Repair and maintenance services of motor vehicles and associated equipment.


      II.2.3) Place of performance
      Nuts code:
      UKF3 - Lincolnshire
   
      Main site or place of performance:
      Lincolnshire
             

      II.2.4) Description of the procurement: Servicing, maintenance and safety inspection requirements for LOT 3 - grounds maintenance vehicles, machines and ancillary items

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 24-55330
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Light Commercial Vehicles

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: RCVs and Street Sweepers

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Grounds Maintenance Machines

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Chris Sellars Groundcare Ltd, 09480952
             Top Farm, Lineside, Hubbert's Bridge, Boston, PE20 3QX, United Kingdom
             Tel. +44 1205290900, Email: teamsellars@outlook.com
             Internet address: http://www.chrissellarsgroundcare.com/
             NUTS Code: UKF3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 250,000          
         Total value of the contract/lot: 210,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=541408585

   VI.4) Procedures for review

      VI.4.1) Review body
          Boston Borough Council
          Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
          Tel. +44 1205314200, Email: paul.julian@boston.gov.uk
          Internet address: https://www.mybostonuk.com/

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 06/11/2020