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
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
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