Opportunity

Supply and Fitment of Tyres for Vehicles and Plant

  • Scotland Excel

F02: Contract notice

Notice reference: 2021/S 000-024238

Published 29 September 2021, 4:35pm



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

transport@scotland-excel.org.uk

Telephone

+44 1414888230

Fax

+44 1416187423

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

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://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Supply and Fitment of Tyres for Vehicles and Plant

Reference number

02-21

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

This framework agreement is for, but not limited to, the Supply Only and Supply & Fitment of tyres for Cars, Vans, Trucks, Plant and Agricultural Vehicles and associated services.

two.1.5) Estimated total value

Value excluding VAT: £26,000,000

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, Fit, Puncture Repair (and associated services) & Disposal of Tyres for Cars & Vans

Lot No

1

two.2.2) Additional CPV code(s)

  • 34351000 - Light-duty tyres
  • 34351100 - Tyres for motor cars
  • 50116510 - Tyre-remoulding services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Supply, Fit, Puncture Repair & Disposal of Tyres for Cars & Vans as well as Associated Services.

This would cover a number of tyre sizes and types (including budget and premium/mid level). Vehicle types covered are, but not limited to Cars, Medium Vans, Pick-Ups, Car Derived Vans, Heavy Vans, Mini Buses, Micro Vans, Trailers, 4x4s and Precinct Sweepers.

Associated Services covered are, but not limited to Collection & Environmental Certified Disposal, Balancing, Puncture Repair, Caps, Tyre Sealant, Car Tyre Turn and Tyre Change.

Bidders should bid for a minimum of 50% of the tyres listed within the schedule of offer.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Supply of Tyres for Cars & Vans

Lot No

2

two.2.2) Additional CPV code(s)

  • 34351000 - Light-duty tyres
  • 34351100 - Tyres for motor cars
  • 50116510 - Tyre-remoulding services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Supply of Tyres for Cars & Vans.

This would cover a number of tyre sizes and types (including budget and premium/mid level). Vehicle types covered are, but not limited to Cars, Medium Vans, Pick-Ups, Car Derived Vans, Heavy Vans, Mini Buses, Micro Vans, Trailers, 4x4s and Precinct Sweepers.

Bidders should bid for a minimum of 50% of the tyres listed within the schedule of offer.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Supply, Fit, Puncture Repair (and associated services) & Disposal of Tyres for Trucks

Lot No

3

two.2.2) Additional CPV code(s)

  • 34352000 - Heavy-duty tyres
  • 34352100 - Tyres for trucks
  • 50116510 - Tyre-remoulding services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Supply, Fit, Puncture Repair & Disposal of Tyres for Trucks as well as Associated Services.

This would cover a number of tyre sizes and types (including budget, premium/mid and remould level). Vehicle types covered are, but not limited to Trucks + 22.5 and Trucks 7.5T > + 17.5.

Associated Services covered are, but not limited to Collection & Environmental Certified Disposal, Balancing, Puncture Repair, Caps, Retorquing, Re-Grooving, Tyre Sealant, Car Tyre Turn and Tyre Change.

Bidders should bid for a minimum of 50% of the tyres listed within the schedule of offer.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Supply of Tyres for Trucks

Lot No

4

two.2.2) Additional CPV code(s)

  • 34352000 - Heavy-duty tyres
  • 34352100 - Tyres for trucks
  • 50116510 - Tyre-remoulding services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Supply of Tyres for Trucks.

This would cover a number of tyre sizes and types (including budget, premium/mid and remould level). Vehicle types covered are, but not limited to Trucks + 22.5 and Trucks 7.5T > + 17.5.

Bidders should bid for a minimum of 50% of the tyres listed within the schedule of offer.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Supply, Fit, Puncture Repair (and associated services) & Disposal of Tyres for Agricultural/Plant

Lot No

5

two.2.2) Additional CPV code(s)

  • 34352000 - Heavy-duty tyres
  • 34352300 - Agrarian tyres
  • 50116510 - Tyre-remoulding services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Supply, Fit, Puncture Repair & Disposal of Tyres for Agricultural & Plant as well as Associated Services.

This would cover a number of tyre sizes and types (including budget and premium/mid level). Vehicle types covered are, but not limited to Heavy Plant, Grass Machinery and Equipment, Heavy Duty Diggers and Tractors.

Associated Services covered are, but not limited to Collection & Environmental Certified Disposal, Balancing, Puncture Repair, Specialist Repairs to HGV Tyres, Major Vulcanised Repair, Water Ballast, Tyre Change, Tyre Sealant and Agricultural Repairs.

Bidders should bid for a minimum of 50% of the tyres listed within the schedule of offer.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Supply of Tyres for Agricultural & Plant

Lot No

6

two.2.2) Additional CPV code(s)

  • 34352000 - Heavy-duty tyres
  • 34352300 - Agrarian tyres
  • 50116510 - Tyre-remoulding services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

Supply of Tyres for Agricultural & Plant.

This would cover a number of tyre sizes and types (including budget and premium/mid level). Vehicle types covered are, but not limited to Heavy Plant, Grass Machinery and Equipment, Heavy Duty Diggers and Tractors.

Bidders should bid for a minimum of 50% of the tyres listed within the schedule of offer.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.

INSURANCE REQUIREMENTS:

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

Employer's (Compulsory) Liability Insurance – maintain a minimum indemnity limit of GBP 10 million in respect of each claim and without limit to the number of claims.

Public/Product Liability Insurance – maintain a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims and (in the aggregate for Products Liability).

Motor Insurance - to a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims.

For bidders who will sub contract parts of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that sub-contractors’ vehicles are appropriately insured and maintained.

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A search of the bidder against Equifax’s Protect must not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does / would not represent an unmanageable risk should it be appointed onto the proposed Framework Agreement.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. Subcontracting

2. Quality Management Procedures

3. Environmental Management Systems or Standards

4. Health and Safety Procedures

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

SUBCONTRACTING:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement.

If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).

QUALITY MANAGEMENT PROCEDURES

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

HEALTH AND SAFETY PROCEDURES

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called-off thereunder (to the extent known or settled at this stage), please see the procurement documents (details of how to access these being set out in section "1.3) Communication" of this Contract 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

Envisaged maximum number of participants to the framework agreement: 20

four.1.6) Information about electronic auction

An electronic auction will be used

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: 2021/S 000-003241

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

Date

29 October 2021

Local time

12:00pm

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: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

29 October 2021

Local time

12:00pm

Place

Scotland Excel, Renfrewshire House, Cotton Street, Paisley PA1 1AR on https://www.publictendersscotland.publiccontractsscotland.gov.uk/


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

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):

- The 32 local authorities in Scotland listed at http://www.scotland-excel.org.uk/home/aboutus/Ourmembers/Our Members.aspx

- Tayside Contracts

- Scotland Excel associate members

- any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014.

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.

Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement.

Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member Authority or Associate Member which will be settled by them during call-off of a contract under this proposed Framework Agreement. This is detailed within Condition 4 of the "Special Terms and Conditions" found within the "Buyer Attachments" area.

Further to IV.1.6, electronic auctions may be used at the point when Councils enter into Call-offs under the Framework. In that event, Councils will set out relevant information in the procurement documents related to their requirement in accordance with Regulation 36 (Electronic Auctions) of the Public Contracts (Scotland) Regulations 2015.

REBATE REQUIREMENTS

Bidders should note that retrospective rebates apply to this Framework. Details can be found via Clause 29 of the Special Conditions of Contract located within the Buyer Attachments Area.

CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS

As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) and KPIs on a quarterly basis and Community Benefits bi-annually.

MI requires an itemised statement for Goods and services provided for each contracting authority who will be permitted to purchase under this proposed Framework Agreement down to a defined categorisation structure set out in the MI/Tyre Usage/Council Reporting template.

In addition, Details on the following KPIs must be provided:

*Customer complaints: Number of complaints received as a % of number of orders

*Call out response within timescales: Number of call outs within agreed SLA as a % of number of total call outs

*Product returns: Number of tyres returned or refitted due to substandard product quality/incorrect fitting as a % of number of tyres fitted

*Number/value of purchase orders: Overall number of PO’s against average individual invoice value

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19712. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community

benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community

benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:665979)

six.4) Procedures for review

six.4.1) Review body

Court of session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446)(as amended)may bring proceedings in the Sheriff Court or the Court of Session.