- Scope of the procurement
- Lot 1. Supply of Garage and Workshop Equipment
- Lot 2. Repair, Servicing, Testing and Calibration of Garage and Workshop Equipment
- Lot 3. Supply of Vehicle Spare Parts, Ancillaries and Other Associated Equipment
- Lot 4. Vehicle Spare Part and Garage Equipment Disposal
- Lot 5. One Stop Shop
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 - 001240 Garage And Workshop Equipment Including Spare Parts, Ancillary And Associated Services
Reference number
001240
two.1.2) Main CPV code
- 43800000 - Workshop equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Garage and Workshop Equipment Including Spare Parts, Ancillary and Associated Services. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements.
YPO are looking for Providers to be appointed onto a Framework Agreement for the supply of Garage and Workshop Equipment Including Spare Parts, Ancillary and Associated Services for use in the education market and local authority sectors. This Framework is designed to meet the needs of YPO and Other Contracting Authorities by establishing an agreement where the end customer will place the order with the Provider and the Provider delivered direct to the end customer.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
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 of Garage and Workshop Equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 34300000 - Parts and accessories for vehicles and their engines
- 34330000 - Spare parts for goods vehicles, vans and cars
- 34900000 - Miscellaneous transport equipment and spare parts
- 43800000 - Workshop equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50116000 - Maintenance and repair services related to specific parts of vehicles
- 79342400 - Auction services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for Supply of Garage and Workshop Equipment
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Quality criterion - Name: Social Value /Sustainability / Weighting: 10%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2025
End date
2 February 2029
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: 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) Description
two.2.1) Title
Repair, Servicing, Testing and Calibration of Garage and Workshop Equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 34300000 - Parts and accessories for vehicles and their engines
- 34330000 - Spare parts for goods vehicles, vans and cars
- 34900000 - Miscellaneous transport equipment and spare parts
- 43800000 - Workshop equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50116000 - Maintenance and repair services related to specific parts of vehicles
- 79342400 - Auction services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for Repair, Servicing, Testing and Calibration of Garage and Workshop Equipment.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Quality criterion - Name: Social Value /Sustainability / Weighting: 10%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2025
End date
2 February 2029
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: 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) Description
two.2.1) Title
Supply of Vehicle Spare Parts, Ancillaries and Other Associated Equipment
Lot No
3
two.2.2) Additional CPV code(s)
- 34300000 - Parts and accessories for vehicles and their engines
- 34330000 - Spare parts for goods vehicles, vans and cars
- 34900000 - Miscellaneous transport equipment and spare parts
- 43800000 - Workshop equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50116000 - Maintenance and repair services related to specific parts of vehicles
- 79342400 - Auction services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for Supply of Vehicle Spare Parts, Ancillaries and Other Associated Equipment
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Quality criterion - Name: Social Value /Sustainability / Weighting: 10%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2025
End date
2 February 2029
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: 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) Description
two.2.1) Title
Vehicle Spare Part and Garage Equipment Disposal
Lot No
4
two.2.2) Additional CPV code(s)
- 34300000 - Parts and accessories for vehicles and their engines
- 34330000 - Spare parts for goods vehicles, vans and cars
- 34900000 - Miscellaneous transport equipment and spare parts
- 43800000 - Workshop equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50116000 - Maintenance and repair services related to specific parts of vehicles
- 79342400 - Auction services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for Vehicle Spare Part and Garage Equipment Disposal
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Quality criterion - Name: Social Value /Sustainability / Weighting: 10%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2025
End date
2 February 2029
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: 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) Description
two.2.1) Title
One Stop Shop
Lot No
5
two.2.2) Additional CPV code(s)
- 34300000 - Parts and accessories for vehicles and their engines
- 34330000 - Spare parts for goods vehicles, vans and cars
- 34900000 - Miscellaneous transport equipment and spare parts
- 43800000 - Workshop equipment
- 50116000 - Maintenance and repair services related to specific parts of vehicles
- 79342400 - Auction services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for One Stop Shop
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Quality criterion - Name: Social Value /Sustainability / Weighting: 10%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2025
End date
2 February 2029
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: 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
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-016196
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 November 2024
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 November 2024
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: here 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