Skip to main content.

Humberside Fire & Rescue Service: Provision, Delivery and Collection of Scrap/De-polluted Vehicles

  Humberside Fire & Rescue Service is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision, Delivery and Collection of Scrap/De-polluted Vehicles
Notice type: Contract Notice
Authority: Humberside Fire & Rescue Service
Nature of contract: Supplies
Procedure: Open
Short Description: Provision, Delivery and Collection of Scrap/De-polluted Vehicles
Published: 20/01/2023 14:30
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-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


View any Notice Addenda

View Award Notice