Tender

Supply and Delivery of Vehicle Parts

  • Scotland Excel

F02: Contract notice

Notice identifier: 2025/S 000-026376

Procurement identifier (OCID): ocds-h6vhtk-048677 (view related notices)

Published 23 May 2025, 1:49pm



The closing date and time has been changed to:

23 June 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

transport@scotland-excel.org.uk

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/go/2576894501956B2A1517

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/go/2576894501956B2A1517

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 Delivery of Vehicle Parts

Reference number

0524

two.1.2) Main CPV code

  • 34300000 - Parts and accessories for vehicles and their engines

two.1.3) Type of contract

Supplies

two.1.4) Short description

This framework is anticipated to provide councils and other participating bodies with a mechanism to procure a wide range of vehicles parts, covering the varied fleet mix across councils. This incorporates everything from cars and light vehicles up to 44 tonne refuse collection vehicles (RCV) and other specialist vehicles.

two.1.5) Estimated total value

Value excluding VAT: £48,000,000

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

Workshop Consumables

Lot No

5

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34900000 - Miscellaneous transport equipment and spare parts
  • 34300000 - Parts and accessories for vehicles and their engines

two.2.3) Place of performance

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

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

two.2.4) Description of the procurement

Supply and delivery of Workshop Consumables to facilitate the ongoing maintenance and repair of vehicles owned or operated by the contracting authorities who will be permitted to purchase under this proposed Framework Agreement throughout the Scottish mainland and island locations.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £200,000

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: Yes

Description of options

The initial period of the Framework Contract is 36 months from the commencement date with an option to extend for up to a further 12 month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel. Maximum duration is 48 months if all options are exercised as stated above.

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

Parts for Specialist Vehicles

Lot No

2

two.2.2) Additional CPV code(s)

  • 34114000 - Specialist vehicles
  • 34224200 - Parts of other vehicles
  • 34900000 - Miscellaneous transport equipment and spare parts
  • 34300000 - Parts and accessories for vehicles and their engines
  • 34921100 - Road sweepers

two.2.3) Place of performance

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

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

two.2.4) Description of the procurement

Supply and delivery of Specialist Vehicle spare parts to facilitate the ongoing maintenance and repair of vehicles owned or operated by the contracting authorities who will be permitted to purchase under this proposed Framework Agreement throughout the Scottish mainland and island locations.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £3,100,000

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: Yes

Description of options

The initial period of the Framework Contract is 36 months from the commencement date with an option to extend for up to a further 12 month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel. Maximum duration is 48 months if all options are exercised as stated above.

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

Parts for Light and Heavy Vehicles

Lot No

1

two.2.2) Additional CPV code(s)

  • 34310000 - Engines and engine parts
  • 34320000 - Mechanical spare parts except engines and engine parts
  • 34900000 - Miscellaneous transport equipment and spare parts
  • 31610000 - Electrical equipment for engines and vehicles
  • 34300000 - Parts and accessories for vehicles and their engines
  • 50116100 - Electrical-system repair services
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

two.2.3) Place of performance

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

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

two.2.4) Description of the procurement

Supply and delivery of Original Equipment Manufacturer(OEM) or 'Matching Quality' light and heavy vehicle spare parts, Auto Electric vehicle spare parts and Consumables used to facilitate the ongoing maintenance and repair of vehicles owned or operated by the contracting authorities who will be permitted to purchase under this proposed Framework Agreement, throughout the Scottish mainland and island locations.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £43,500,000

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: Yes

Description of options

The initial period of the Framework Contract is 36 months from the commencement date with an option to extend for up to a further 12 month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel. Maximum duration is 48 months if all options are exercised as stated above.

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

Replacement Glass

Lot No

3

two.2.2) Additional CPV code(s)

  • 50112120 - Windscreen replacement services
  • 34900000 - Miscellaneous transport equipment and spare parts
  • 34300000 - Parts and accessories for vehicles and their engines

two.2.3) Place of performance

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

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

two.2.4) Description of the procurement

Supply, delivery & fitment of Replacement Glass to facilitate the ongoing maintenance and repair of vehicles owned or operated by the contracting authorities who will be permitted to purchase under this Framework Agreement throughout the Scottish mainland and island locations.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £1,100,000

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: Yes

Description of options

The initial period of the Framework Contract is 36 months from the commencement date with an option to extend for up to a further 12 month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel. Maximum duration is 48 months if all options are exercised as stated above.

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

Hydraulic Hoses

Lot No

4

two.2.2) Additional CPV code(s)

  • 31610000 - Electrical equipment for engines and vehicles
  • 34900000 - Miscellaneous transport equipment and spare parts
  • 34300000 - Parts and accessories for vehicles and their engines
  • 44165100 - Hoses

two.2.3) Place of performance

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

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

two.2.4) Description of the procurement

Supply and delivery of Hydraulic hoses and related spare parts used to facilitate the ongoing maintenance and vehicles owned or operated by the contracting authorities who will be permitted to purchase under this proposed Framework Agreement throughout the Scottish mainland and island locations.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £100,000

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: Yes

Description of options

The initial period of the Framework Contract is 36 months from the commencement date with an option to extend for up to a further 12 month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel. Maximum duration is 48 months if all options are exercised as stated above.

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.

1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 - Insurance Requirements

2. SPD (Scotland) Questions 4B.6 - Other Economic and Financial Requirements

Minimum level(s) of standards possibly required

INSURANCE REQUIREMENTS:

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

LOTS 1, 2 & 4

EMPLOYERS (COMPULSORY) LIABILITY INSURANCE – Minimum GBP 10 million, in respect of each and every claim.

PUBLIC/PRODUCTS LIABILITY INSURANCE - Minimum of GBP 10 million, in respect of each and every claim, and in the aggregate for products.

MOTOR VEHICLE INSURANCE –

Option A) For Tenderers who will deliver parts, there should be evidence of a valid motor vehicle certificate in the company name, with cover unlimited in respect of personal injury or death and a minimum indemnity level of 5 million GBP for property damage.

Option B) For Tenderers who will subcontract the delivery of parts, the Tenderer should provide a letter signed by a person of appropriate authority confirming that the Tenderer has ongoing arrangements in place to ensure that sub-contractors' vehicles are appropriately insured and maintained.

LOTS 3 & 5

EMPLOYERS (COMPULSORY) LIABILITY INSURANCE – Minimum GBP 10 million, in respect of each and every claim.

PUBLIC/PRODUCTS LIABILITY INSURANCE - Minimum of GBP 5 million, in respect of each and every claim, and in the aggregate for products.

MOTOR VEHICLE INSURANCE –

Option A) For Tenderers who will deliver parts, there should be evidence of a valid motor vehicle certificate in the company name, with cover unlimited in respect of personal injury or death and a minimum indemnity level of 5 million GBP for property damage.

Option B) For Tenderers who will subcontract the delivery of parts, the Tenderer should provide a letter signed by a person of appropriate authority confirming that the Tenderer has ongoing arrangements in place to ensure that sub-contractors' vehicles are appropriately insured and maintained.

LIMITATIONS ON LIABILITY are detailed in the published terms and conditions of contract. FURTHER LIMITATIONS on LIABILITY ARE NOT ACCEPTED.

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS

Tenderers will pass the economic and financial standing test where Scotland Excel is assured of the tenderer’s financial viability and sustainability for participation in the contract. As such, an Equifax search of the tenderer must not identify financial risk by means of: an adverse rating; or warning; or caution code.

Where such a risk is identified at any stage of the exercise, the tenderer will fail selection and be excluded from award. At Scotland Excel’s sole discretion, alternative means of proof may be considered in accordance with Regulation 61 of the Public Contracts (Scotland) Regulations 2015.

SCOTLAND EXCEL MUST BE NOTIFIED OF ANY CHANGE OF CIRCUMSTANCES WHICH IMPACTS ON THE ECONOMIC AND FINANCIAL STANDING TEST. AWARD RECOMMENDATIONS ARE SUBJECT TO CONTINUED COMPLIANCE WITH THE TENDER REQUIREMENTS.

Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and will be excluded from the competition.

three.1.3) Technical and professional ability

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply:

-SPD (Scotland) Question 4C.10 – Subcontracting

-SPD (Scotland) Question 4D.1 - Quality Assurance Schemes and Health and Safety Procedures

-SPD (Scotland) Question 4D.2 - Environmental Management Standards

Minimum level(s) of standards possibly required

SPD (SCOTLAND) QUESTION 4C.10 - 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). Please note that these subcontractors on whose capacity the tenderer does not rely will be subject to the rules regarding Exclusion as set out in II.2.14.

SPD (SCOTLAND) QUESTION 4D.1 - QUALITY ASSURANCE SCHEMES:

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.

SPD (SCOTLAND) QUESTION 4D.1 - 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.

SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT 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)

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.

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, please refer to the tender documents (details of how to access these are outlined in “Section I.3 Communication” of this Contract Notice).

Scotland Excel may require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract and may require them to assume a specific legal form for the purposes of the appointment to the Framework. For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the tender documentation which is available in the relevant PCS-T project for this procurement exercise.


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: 25

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: 2024/S 000-024015

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

Originally published as:

Date

16 June 2025

Local time

12:00pm

Changed to:

Date

23 June 2025

Local time

12:00pm

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

four.2.7) Conditions for opening of tenders

Date

16 June 2025

Local time

12:00pm

Place

Tenders will be opened electronically, using PCS-T, via Scotland Excel’s offices at the address shown in section I.1 (Contracting Authority) of this Notice.

Information about authorised persons and opening procedure

Officers permitted to open tenders on behalf of Scotland Excel under its governance arrangements.


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

This procurement process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015 as currently in force.

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 as listed at http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx

-Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx

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

-Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.

-Tayside Contracts

-Advanced Procurement for Universities and Colleges & their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies.

-Scottish Prison Service (SPS)

-Scottish National Health Service Authorities, including any body created pursuant to the National Health Service Scotland Act (1978)

-Scottish Government & Scottish Central Government Bodies.

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

REBATE REQUIREMENTS

Tenderers should note retrospective rebates apply to this Framework. Further details are contained in the tender documents within the Special Conditions & the Information and Instructions to Tenderers including Evaluation Methodology document.

Further to VI.2, tenderers are advised whether electronic ordering, invoicing & payment will be used or accepted is at the discretion of each contracting authority which will be settled by them at point of use.

Further to IV.1.3, the envisaged maximum number of participants that might be appointed to the proposed framework agreement is purely indicative & Scotland Excel reserves the right to appoint more or less tenderers than the envisaged maximum number.

IMPORTANT NOTE FOR TENDERERS: For some lots, particular requirements apply, including but not limited to, the requirement to evidence conformance with the Tender Specification in all lots. Bids MAY be excluded from evaluation (in whole, or in part) if they do not include the information required in accordance with instructions given. Bids may be subject to a specific EVALUATION APPROACH in particular circumstances detailed in the instructions. Further detailed information & instructions are contained within the tender documents located within the Information and Instructions to Tenderers including Evaluation Methodology document.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28699. 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. For this framework Scotland Excel are seeking mandatory Community Benefits. As such, agreement to the Community Benefits approach is an essential requirement. As part of your response, Tenderers will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:792627)

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 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.