Contract notice
Section I: Contracting
authority
I.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
UK
Contact person: Contracts Team
Telephone: +44 01924664685
E-mail: contracts@ypo.co.uk
NUTS: UKE45
Internet address(es)
Main address: http://www.ypo.co.uk/
Address of the buyer profile: https://procontract.due-north.com/register?ReadForm
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/register?ReadForm
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/register?ReadForm
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
YPO 001227 - The Supply and Managed Service of Tyres for Motor Vehicles, Plant, and Related Services
Reference number: 001227
II.1.2) Main CPV code
34350000
II.1.3) Type of contract
Supplies
II.1.4) Short description
YPO are looking for Providers to be appointed onto a Framework Agreement for the Supply and Managed Service of Tyres for Motor Vehicles, Plant and Related Services for use in the education market and local authority sectors. This Framework is designed to meet the needs of YPO and Other Contracting Authorities by establishing an agreement where the end customer will place the order with the Provider and the Provider delivers directly to the end customer. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements. There will be an immediate call-off included within this procurement process for Wakefield City Council.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Cars & LCV’s - Covers the supply and fit of Car, 4x4 and Van Tyres.
II.2.2) Additional CPV code(s)
19511000
19511300
34351000
34351100
34352000
34352100
34352200
34352300
34913200
50116500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 is for Cars & LCV’s - Covers the supply and fit of Car, 4x4 and Van Tyres.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20%
Quality criterion: Delivery and Customer Service
/ Weighting: 10%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
60%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/06/2024
End:
07/06/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 2
II.2.1) Title
Lot 2 - HGV’s - Covers the supply and fit of Light Truck & Heavy Vehicle Tyres.
II.2.2) Additional CPV code(s)
19511000
19511300
34351000
34351100
34352000
34352100
34352200
34352300
34913200
50116500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 is for HGV’s - Covers the supply and fit of Light Truck & Heavy Vehicle Tyres.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20%
Quality criterion: Delivery and Customer Service
/ Weighting: 10%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
60%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/06/2024
End:
07/06/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 3
II.2.1) Title
Lot 3 - Agricultural/Industrial - Covers the supply and fit of Agrarian, Industrial & Earthmover Tyres.
II.2.2) Additional CPV code(s)
19511000
19511300
34351000
34351100
34352000
34352100
34352200
34352300
34913200
50116500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 3 is for Agricultural/Industrial - Covers the supply and fit of Agrarian, Industrial & Earthmover Tyres.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20%
Quality criterion: Delivery and Customer Service
/ Weighting: 10%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
60%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/06/2024
End:
07/06/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 4
II.2.1) Title
Lot 4 - One-Stop-Shop
II.2.2) Additional CPV code(s)
19511000
19511300
34351000
34351100
34352000
34352100
34352200
34352300
34913200
50116500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4 is for a One-Stop-Shop – Covers the supply and fit of all tyres from Lots 1 – 3 or a mixture of any 2 of these Lots.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20%
Quality criterion: Delivery and Customer Service
/ Weighting: 10%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
60%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/06/2024
End:
07/06/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 5
II.2.1) Title
Lot 5 - Blue Light
II.2.2) Additional CPV code(s)
19511000
19511300
34351000
34351100
34352000
34352100
34352200
34352300
34913200
50116500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot is for Blue Light Services - One-Stop-Shop for the provision of tyres including supply and fit of all tyres from Lots 1 – 2.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20%
Quality criterion: Delivery and Customer Service
/ Weighting: 10%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
60%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/06/2024
End:
07/06/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 6
II.2.1) Title
Lot 6 - Wheel and Tyre Safety Systems
II.2.2) Additional CPV code(s)
19511000
19511300
34351000
34351100
34352000
34352100
34352200
34352300
50116500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot is for Wheel and Tyre Safety Systems including - systems Intelligent tyre pressure monitoring, wheel security, brake/hub temperature monitoring, and retreading.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20%
Quality criterion: Delivery and Customer Service
/ Weighting: 10%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
60%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/06/2024
End:
07/06/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 7
II.2.1) Title
Lot 7 - Wakefield Council ONLY
II.2.2) Additional CPV code(s)
19511000
19511300
34351000
34351100
34352000
34352100
34352200
34352300
34913200
50116500
II.2.3) Place of performance
NUTS code:
UKE45
II.2.4) Description of the procurement
This Lot is for the servicing of Wakefield Council ONLY
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30%
Quality criterion: Delivery and Customer Service
/ Weighting: 10%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/06/2024
End:
07/06/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
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:
Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the
Tender Documentation/ Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to the Framework Agreement Terms and Conditions located on our E-Procurement system. The web address can be found under Procurement Documents in ‘Communication’ Section in this notice.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Justification for any framework agreement duration exceeding 4 years:
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/04/2024
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
30/04/2024
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date.
VI.3) Additional information
YPO are purchasing on the behalf of other contracting authorities. Please see the below link
for details: https://www.ypo.co.uk/about/customers/permissible-users .
YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
26/03/2024