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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom