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 1924664685
E-mail: contracts@ypo.co.uk
NUTS: UK
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 - 001240 Garage And Workshop Equipment Including Spare Parts, Ancillary And Associated Services
Reference number: 001240
II.1.2) Main CPV code
43800000
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 provision of Garage and Workshop Equipment Including Spare Parts, Ancillary and Associated Services. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements.
YPO are looking for Providers to be appointed onto a Framework Agreement for the supply of Garage and Workshop Equipment Including Spare Parts, Ancillary and Associated 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 delivered direct to the end customer.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
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
Supply of Garage and Workshop Equipment
II.2.2) Additional CPV code(s)
34300000
34330000
34900000
43800000
50100000
50116000
79342400
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for Supply of Garage and Workshop Equipment
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/02/2025
End:
02/02/2029
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
Repair, Servicing, Testing and Calibration of Garage and Workshop Equipment
II.2.2) Additional CPV code(s)
34300000
34330000
34900000
43800000
50100000
50116000
79342400
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for Repair, Servicing, Testing and Calibration of Garage and Workshop Equipment.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/02/2025
End:
02/02/2029
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
Supply of Vehicle Spare Parts, Ancillaries and Other Associated Equipment
II.2.2) Additional CPV code(s)
34300000
34330000
34900000
43800000
50100000
50116000
79342400
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for Supply of Vehicle Spare Parts, Ancillaries and Other Associated Equipment
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/02/2025
End:
02/02/2029
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
Vehicle Spare Part and Garage Equipment Disposal
II.2.2) Additional CPV code(s)
34300000
34330000
34900000
43800000
50100000
50116000
79342400
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for Vehicle Spare Part and Garage Equipment Disposal
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/02/2025
End:
02/02/2029
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
One Stop Shop
II.2.2) Additional CPV code(s)
34300000
34330000
34900000
43800000
50116000
79342400
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for One Stop Shop
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Quality criterion: Social Value /Sustainability
/ Weighting: 10%
Price
/ Weighting:
50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/02/2025
End:
02/02/2029
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-016196
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/11/2024
Local time: 12:00
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:
25/11/2024
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:
here 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
18/10/2024