Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 1924664685
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
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://procontract.due-north.com/register?ReadForm
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/register?ReadForm
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
YPO - 001174 Vehicle Glass Replacement and Repair
Reference number
001174
two.1.2) Main CPV code
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.1.3) Type of contract
Services
two.1.4) Short description
YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of supply and fitment of vehicle glass replacement, repair and recalibration of cameras. Glass will cover windscreens, side screens and sunroofs. This will be callout roadside repair for all glass including windscreens and dynamic calibration and workshop mobile calibration for use in the emergency services and local authority sectors. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
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
Emergency Services Vehicle Glass Repair and Replacement
Lot No
1
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot will cover Emergency Services Vehicle Glass Repair and Replacement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Delivery and Customer Service / Weighting: 15%
Quality criterion - Name: Social Value /Sustainability / Weighting: 15%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 August 2023
End date
30 August 2027
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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will cover the period from 31st August 2023 to the 30th August 2025 with the option of 2 x 1 year extension which will take the total contract period to the 30th August 2027. (subject to an annual review, incorporating price negotiations and KPI performance. Extensions may be taken in multiples of 1 or all in one)
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) Description
two.2.1) Title
Vehicle Glass Replacement and Repair
Lot No
2
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot will cover Vehicle Glass Replacement and Repair.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Delivery and Customer Service / Weighting: 15%
Quality criterion - Name: Social Value /Sustainability / Weighting: 15%
Price - Weighting: 40%
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
31 August 2023
End date
30 August 2027
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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will cover the period from 31st August 2023 to the 30th August 2025 with the option of 2 x 1 year extension which will take the total contract period to the 30th August 2027. (subject to an annual review, incorporating price negotiations and KPI performance. Extensions may be taken in multiples of 1 or all in one)
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.1.1) 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
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.2.2) 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 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
Originally published as:
Date
5 July 2023
Local time
2:00pm
Changed to:
Date
6 July 2023
Local time
2:00pm
See the change notice.
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 July 2023
Local time
2:00pm
Section six. Complementary information
six.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.
six.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).
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom