Tender

The Disposal, Recycling and Auctioning of Non-Police Vehicles

  • The Police and Crime Commissioner for Humberside

F02: Contract notice

Notice identifier: 2022/S 000-014786

Procurement identifier (OCID): ocds-h6vhtk-034068

Published 26 May 2022, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

The Police and Crime Commissioner for Humberside

The Lawns, Harland Way

Cottingham

HU16 5SN

Contact

Ben Thrustle

Email

ben.thrustle@southyorks.pnn.police.uk

Telephone

+44 1482220174

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

National registration number

n/a

Internet address(es)

Main address

https://www.southyorks.police.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47523&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47523&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Disposal, Recycling and Auctioning of Non-Police Vehicles

Reference number

2584-2021

two.1.2) Main CPV code

  • 50190000 - Demolition services of vehicles

two.1.3) Type of contract

Services

two.1.4) Short description

This Invitation to Tender (“ITT”) has been issued by The Police & Crime Commissioner for Humberside (the “PCC”) in connection with a competitive procurement for a collaborative Framework for the provision of the Disposal, Recycling and Auctioning of End of Life Non Police Vehicles.

The procurement will be conducted in accordance with the Open Procedure under the Public Contract Regulations 2015 (“the Regulations”). The intention is to appoint a single supplier to a Framework Agreement to cover the whole of Humberside and the West Yorkshire Region.

*Please note that the value indicated is the total estimated income that is predicted to be generated back to the participating forces for the duration of the framework.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50190000 - Demolition services of vehicles
  • 79342400 - Auction services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

This Invitation to Tender (“ITT”) has been issued by The Police & Crime Commissioner for Humberside (the “PCC”) in connection with a competitive procurement for a collaborative Framework for the provision of the Disposal, Recycling and Auctioning of End of Life Non Police Vehicles. The intention is to appoint a single supplier to a Framework Agreement to cover the whole of Humberside and the West Yorkshire Region. The intention is to award any resulting call off contract(s) for an initial period of 2 years with extension options of periods up to 24 months in total to be determined by the Forces.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2022

End date

30 November 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 June 2022

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 June 2022

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

7 Rools Buildings, Fetter Lane

London

EC4A 1NL

Country

United Kingdom

Internet address

http://www.judiciary.gov.uk