Tender

Supply of tyres, glass and fast fit solutions

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice identifier: 2021/S 000-002848

Procurement identifier (OCID): ocds-h6vhtk-029287

Published 11 February 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.gov.uk/ccs

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://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of tyres, glass and fast fit solutions

Reference number

RM6142

two.1.2) Main CPV code

  • 34350000 - Tyres for heavy/light-duty vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Crown Commercial Service intends to undertake a tendering exercise to establish a framework agreement for use by UK central Government and wider public sector organisations for the supply and fit of tyres, glass and fast fit solutions. These bodies include, but are not limited to, central government departments and their agencies, non-departmental public bodies, devolved administrations, NHS bodies, local authorities, police, voluntary sector, charities and private sector organisations procuring on behalf of these bodies.

The lotting structure will be:

Lot 1 Supply and fit of tyres and associated products and services for Blue Light (emergency services) Buyers.

Lot 2 Supply, fit and management of tyres and associated products and services.

Lot 3 Supply, fit and repair of glass and associated products and services

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Supply and fit of tyres and associated products and services for Blue Light (emergency services) Buyers.

Lot No

1

two.2.2) Additional CPV code(s)

  • 34330000 - Spare parts for goods vehicles, vans and cars
  • 34350000 - Tyres for heavy/light-duty vehicles
  • 34351000 - Light-duty tyres
  • 34351100 - Tyres for motor cars
  • 34352000 - Heavy-duty tyres
  • 34352100 - Tyres for trucks
  • 34352200 - Tyres for buses
  • 34352300 - Agrarian tyres
  • 34411200 - Tyres for motorcycles
  • 34913100 - Used tyres
  • 34913200 - Retreaded tyres
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50116500 - Tyre repair services, including fitting and balancing
  • 50116510 - Tyre-remoulding services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Lot 1 is a single supplier lot for the supply and fit of tyres and associated products and services covering the United Kingdom (UK). The Supplier appointed to this lot is required to supply a full range of premium brand, commercially available tyres required by Blue Light services including homologated tyres.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £48,000,000

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

Duration in months

48

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

two.2.14) Additional information

The framework term will be for 48 months.

A framework contract will be awarded to a single supplier.

The supplier must be able to provide all the lot 1 mandatory requirements as set out in Framework Schedule 1 (Specification).

This lot is for Bluelight emergency service buyers only, please refer to the Authorised customer list in the additional information section.

two.2) Description

two.2.1) Title

Supply, fit and management of tyres and associated products and services

Lot No

2

two.2.2) Additional CPV code(s)

  • 34330000 - Spare parts for goods vehicles, vans and cars
  • 34350000 - Tyres for heavy/light-duty vehicles
  • 34351000 - Light-duty tyres
  • 34351100 - Tyres for motor cars
  • 34352000 - Heavy-duty tyres
  • 34352100 - Tyres for trucks
  • 34352200 - Tyres for buses
  • 34352300 - Agrarian tyres
  • 34411200 - Tyres for motorcycles
  • 34913100 - Used tyres
  • 34913200 - Retreaded tyres
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 50116500 - Tyre repair services, including fitting and balancing
  • 50116510 - Tyre-remoulding services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Lot 2 is a multi-supplier lot for the supply, fit and management of tyres and associated products and services. The Suppliers appointed to this lot are required to supply a range of commercially available tyres required by Public Sector Buyers. Suppliers may offer vehicle repair and maintenance products and services

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £136,000,000

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

Duration in months

48

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

two.2.14) Additional information

A framework contract will be awarded to 30 bidders for this lot.

The maximum number of bidders may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 5 % of the last position of this lot.

The supplier must provide all the lot 2 mandatory requirements as set out in Framework Schedule 1

two.2) Description

two.2.1) Title

Supply, fit and repair of glass and associated products and services

Lot No

3

two.2.2) Additional CPV code(s)

  • 50112120 - Windscreen replacement services
  • 50116000 - Maintenance and repair services related to specific parts of vehicles

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Lot 3 is a multi-supplier lot for the supply, fit and repair of glass and associated products and services. The Suppliers appointed to this lot are required to supply a range of windscreens required by Public Sector Buyers. Suppliers may offer windscreen associated products and services. For avoidance of doubt, this may include any glass product which can be fitted to a vehicle, including but not limited to windscreens, rear windscreens, and side windows.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £16,000,000

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

Duration in months

48

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

two.2.14) Additional information

A framework contract will be awarded to 5 bidders for this lot.

The maximum number of bidders may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 5% of the last position of this lot.

The supplier must provide all the lot 3 mandatory requirements as set out in Framework Schedule 1 (Specification).


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

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


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 several operators

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

An electronic auction will not be used at framework level. However, buyers reserve the right to use an electronic auction at the call-off stage.

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.2.1) Previous publication concerning this procedure

Notice number: 2019/S 172-419844

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

Date

18 March 2021

Local time

3:00pm

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

18 March 2021

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/caf24767-d185-4f99-91f4-7090844bb12d

1) Contract Notice - Authorised customer list

2)Contract Notice reserved rights for Crown Commercial Service Framework Agreement Procurement

3) Contract Notice Transparency Information for Crown Commercial Service Framework Agreement.

The value provided at II.1.5) and the lot values are only an estimate. We cannot guarantee to suppliers any business through this framework.

On 2 April 2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Please note:

All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.

On 30 June 2021, any certificate issued under the old scheme will expire.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

CCS considers the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply at framework level. We encourage bidders to take their own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract and carry out due diligence accordingly.

Some purchases under this framework agreement may have requirements that can be met under this framework agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 — About the framework within the Invitation to Tender documentation). In such cases, call-offs from this framework will be unregulated.

Purchases for the purposes of the Procurement Regulations, and the buyers may, at

their discretion, modify the terms of the framework and any call-off contracts to

reflect that buyer’s specific needs.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk

Email - eenablement@crowncommercial.gov.uk

Phone - 0345 410 2222 choose option 2

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

Internet address

https://www.gov.uk/ccs