UK-Kingston-Upon-Hull: Transport equipment and auxiliary products to transportation.

UK-Kingston-Upon-Hull: Transport equipment and auxiliary products to transportation.
Section I: Contracting Authority
I.1) Name and addresses
Humberside Fire Authority
Summergroves Way, Kingston-Upon-Hull, HU4 7BB, United Kingdom
Tel. +44 7973933131, Email: cperrin@humbersidefire.gov.uk
Contact: Craig Perrin
Main Address: https://www.humbersidefire.gov.uk
NUTS Code: UKE
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-Kingston-Upon-Hull:-Transport-equipment-and-auxiliary-products-to-transportation./C3YQGW49N8
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/C3YQGW49N8 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
Public order and safety

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision, Delivery and Collection of Scrap/De-polluted Vehicles
Reference Number: CP/RB/21/12/22
II.1.2) Main CPV Code:
34000000 - Transport equipment and auxiliary products to transportation.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Provision, Delivery and Collection of Scrap/De-polluted Vehicles
II.1.5) Estimated total value:
Value excluding VAT: 133,920
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: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any combination

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: East Riding of Yorkshire
Lot No: 1
II.2.2) Additional CPV codes:
34000000 - Transport equipment and auxiliary products to transportation.

II.2.3) Place of performance:
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Provision, Delivery and Collection of Scrap/De-polluted Vehicles
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Meeting the Specification / Weighting: 10.5
Quality criterion - Name: Vehicle Depollution and Treatment Facilities / Weighting: 10.5
Quality criterion - Name: Customer Services / Weighting: 10.5
Quality criterion - Name: Fleet used for the delivery of Depolluted Vehicles / Weighting: 10.5
Quality criterion - Name: Social Value / Weighting: 10.5
Quality criterion - Name: Business Continuity / Weighting: 10.5
Quality criterion - Name: Equal Opportunities / Weighting: 1.75
Quality criterion - Name: Health and Safety / Weighting: 1.75
Quality criterion - Name: Environmental / Weighting: 1.75
Quality criterion - Name: Modern Slavery / Weighting: 1.75

Price - Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 16,800
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: The Customer may extend this Agreement for Services for a period of up to 1 year (12 months) by giving not less than 10 Working Days’ notice in writing to the Supplier prior to the Expiry Date. The terms and conditions of this Agreement shall apply throughout any such extended period.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Customer may extend this Agreement for Services for a period of up to 1 year (12 months) by giving not less than 10 Working Days’ notice in writing to the Supplier prior to the Expiry Date. The terms and conditions of this Agreement shall apply throughout any such extended period.
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. 2

II.2.1) Title: Kingston-Upon-Hull
Lot No: 2
II.2.2) Additional CPV codes:
34000000 - Transport equipment and auxiliary products to transportation.

II.2.3) Place of performance:
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Provision, Delivery and Collection of Scrap/De-polluted Vehicles
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Meeting the Specification / Weighting: 10.5
Quality criterion - Name: Vehicle Depollution and Treatment Facilities / Weighting: 10.5
Quality criterion - Name: Customer Services / Weighting: 10.5
Quality criterion - Name: Fleet used for delivery of Depolluted Vehicles / Weighting: 10.5
Quality criterion - Name: Social Value / Weighting: 10.5
Quality criterion - Name: Business Continuity / Weighting: 10.5
Quality criterion - Name: Equal Opportunities / Weighting: 1.75
Quality criterion - Name: Health and Safety / Weighting: 1.75
Quality criterion - Name: Environmental / Weighting: 1.75
Quality criterion - Name: Modern Slavery / Weighting: 1.75

Price - Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 16,320
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: The Customer may extend this Agreement for Services for a period of up to 1 year (12 months) by giving not less than 10 Working Days’ notice in writing to the Supplier prior to the Expiry Date. The terms and conditions of this Agreement shall apply throughout any such extended period.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Customer may extend this Agreement for Services for a period of up to 1 year (12 months) by giving not less than 10 Working Days’ notice in writing to the Supplier prior to the Expiry Date. The terms and conditions of this Agreement shall apply throughout any such extended period.
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: North Lincolnshire
Lot No: 3
II.2.2) Additional CPV codes:
34000000 - Transport equipment and auxiliary products to transportation.

II.2.3) Place of performance:
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Provision, Delivery and Collection of Scrap/De-polluted Vehicles
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Meeting the Specification / Weighting: 10.5
Quality criterion - Name: Vehicle Depollution and Treatment Facilities / Weighting: 10.5
Quality criterion - Name: Customer Services / Weighting: 10.5
Quality criterion - Name: Fleet used for delivery of Depolluted Vehicles / Weighting: 10.5
Quality criterion - Name: Social Value / Weighting: 10.5
Quality criterion - Name: Business Coninuity / Weighting: 10.5
Quality criterion - Name: Equal Opportunities / Weighting: 1.75
Quality criterion - Name: Health and Safety / Weighting: 1.75
Quality criterion - Name: Environmental / Weighting: 1.75
Quality criterion - Name: Modern Slavery / Weighting: 1.75

Price - Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 10,560
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: The Customer may extend this Agreement for Services for a period of up to 1 year (12 months) by giving not less than 10 Working Days’ notice in writing to the Supplier prior to the Expiry Date. The terms and conditions of this Agreement shall apply throughout any such extended period.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Customer may extend this Agreement for Services for a period of up to 1 year (12 months) by giving not less than 10 Working Days’ notice in writing to the Supplier prior to the Expiry Date. The terms and conditions of this Agreement shall apply throughout any such extended period.
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. 4

II.2.1) Title: North East Lincolnshire
Lot No: 4
II.2.2) Additional CPV codes:
34000000 - Transport equipment and auxiliary products to transportation.

II.2.3) Place of performance:
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Provision, Delivery and Collection of Scrap/De-polluted Vehicles
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Meeting the Specification / Weighting: 10.5
Quality criterion - Name: Vehicle Depollution / Weighting: 10.5
Quality criterion - Name: Customer Services / Weighting: 10.5
Quality criterion - Name: Fleet used for delivery of Depolluted Vehicles / Weighting: 10.5
Quality criterion - Name: Social Value / Weighting: 10.5
Quality criterion - Name: Business Continuity / Weighting: 10.5
Quality criterion - Name: Equal Opportunities / Weighting: 1.75
Quality criterion - Name: Health and Safety / Weighting: 1.75
Quality criterion - Name: Environmental / Weighting: 1.75
Quality criterion - Name: Modern Slavery / Weighting: 1.75

Price - Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 90,240
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: The Customer may extend this Agreement for Services for a period of up to 1 year (12 months) by giving not less than 10 Working Days’ notice in writing to the Supplier prior to the Expiry Date. The terms and conditions of this Agreement shall apply throughout any such extended period.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Customer may extend this Agreement for Services for a period of up to 1 year (12 months) by giving not less than 10 Working Days’ notice in writing to the Supplier prior to the Expiry Date. The terms and conditions of this Agreement shall apply throughout any such extended period.
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.2.2) 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: No
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: 03/03/2023 Time: 16:00

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): 2

IV.2.7) Conditions for opening of tenders:
Date: 04/03/2023
Time: 09:00


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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://humbersidefire.delta-esourcing.com/tenders/UK-UK-Kingston-Upon-Hull:-Transport-equipment-and-auxiliary-products-to-transportation./C3YQGW49N8

To respond to this opportunity, please click here:
https://humbersidefire.delta-esourcing.com/respond/C3YQGW49N8
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
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: 20/01/2023

Annex A