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

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

Notice Summary
Title: Boston Vehicle Washing
Notice type: Contract Notice
Authority: Borough Council of King's Lynn & West Norfolk
Nature of contract: Services
Procedure: Open
Short Description: Boston Borough Council intends to let a Contract for the supply of a washing service for its vehicle fleet including grounds maintenance equipment and refuse collection vehicles. The successful contractor will be required to collect the vehicles from the council depot, wash them at their own facility, and deliver them back to the Council depot. Tenders are invited from suitably qualified and equipped companies.
Published: 09/08/2022 17:05
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Boston: Car-washing and similar services.
Section I: Contracting Authority
      I.1) Name and addresses
             Boston Borough Council
             Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
             Tel. +44 1205314200, Email: procurementtenders@west-norfolk.gov.uk
             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/
      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 Washing       
      Reference Number: BOSTON2224
      II.1.2) Main CPV Code:
      50112300 - Car-washing and similar services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Boston Borough Council intends to let a Contract for the supply of a washing service for its vehicle fleet including grounds maintenance equipment and refuse collection vehicles. The successful contractor will be required to collect the vehicles from the council depot, wash them at their own facility, and deliver them back to the Council depot. Tenders are invited from suitably qualified and equipped companies.       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      50112300 - Car-washing and similar services.
      
      II.2.3) Place of performance:
      UKF3 Lincolnshire
      
      II.2.4) Description of procurement: Boston Borough Council intends to let a Contract for the supply of a washing service for its vehicle fleet including grounds maintenance equipment and refuse collection vehicles. The successful contractor will be required to collect the vehicles from the council depot, wash them at their own facility, and deliver them back to the Council depot. Tenders are invited from suitably qualified and equipped companies.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Distance from the Council’s depot to the contractors washing facility / Weighting: 15
            Quality criterion - Name: Health & Safety Risk Assessments and Method Statements for a safe cleaning operation, particularly relating to mowers and Refuse Collection Vehicles / Weighting: 15
            Quality criterion - Name: Statement on operation and timing of collection and delivery of vehicles / Weighting: 10
                        
            Cost criterion - Name: Total estimated annual cost / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2022 / End: 30/09/2026       
      This contract is subject to renewal: Yes       
      Description of renewals: The tender will be re-advertised prior to the expiry of the contract.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The initial contract period is for 4 years, with an extension option built in for up to two further years.
      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/X9TMWZ268A       


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: No

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: 13/09/2022 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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 13/09/2022
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   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:-Car-washing-and-similar-services./X9TMWZ268A

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X9TMWZ268A
   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: procurementtenders@West-Norfolk.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: 09/08/2022

Annex A


View any Notice Addenda

View Award Notice