Back to tenders & grants page
Supply & Delivery of Vehicle Parts Electronics & Electrical , Transport & Logistics, Automotive, Machinery & Equipment Supply & Delivery of Vehicle Parts
Receive Tenders like this by email

Supply & Delivery of Vehicle Parts

Supply & Delivery of Vehicle Parts has been closed on 05 Mar 2021. It no longer accepts any bids. For further information, you can contact the Scotland Excel

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Scotland Excel

Industry:

Electronics & Electrical

Transport & Logistics

Automotive

Machinery & Equipment

Status:

Closed

Timeline

Published:

01 Feb 2021

Deadline:

05 Mar 2021

Value:

Not available

Contacts

Phone:

+44 3003001200

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB405499

Contract notice

Directive 2014/24/EU - Public Sector Directive

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

UK

Telephone: +44 3003001200

E-mail: [email protected]

Fax: +44 1416187423

NUTS: UKM

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply & Delivery of Vehicle Parts

Reference number: 07-20

II.1.2) Main CPV code

34300000

 

II.1.3) Type of contract

Supplies

II.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.

II.1.5) Estimated total value

Value excluding VAT: 48 000 000.00 GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Parts for Light & Heavy Vehicles

II.2.2) Additional CPV code(s)

34310000

34320000

34900000

31610000

34300000

34330000

50111000

50100000

50110000

50111100

50111110

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

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

II.2.4) Description of the procurement

Supply and delivery of Original Equipment Manufacturer(OEM) or 'Matching Quality' light and heavy vehicle spare parts 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 25

Price / Weighting:  75

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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

Lot No: 2

II.2.1) Title

Auto Electrics

II.2.2) Additional CPV code(s)

50116100

31610000

34900000

34300000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

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

II.2.4) Description of the procurement

Supply and delivery of Auto Electric vehicle spare parts 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 25

Price / Weighting:  75

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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

Lot No: 3

II.2.1) Title

Hydraulic Hoses

II.2.2) Additional CPV code(s)

31610000

34900000

34300000

44165100

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

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

II.2.4) Description of the procurement

Supply and delivery of Hydraulic vehicle 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 25

Price / Weighting:  75

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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

Lot No: 4

II.2.1) Title

Replacement Sweeper Brushes

II.2.2) Additional CPV code(s)

34921100

34900000

34300000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

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

II.2.4) Description of the procurement

Supply and delivery of Replacement Sweeper Brushes 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 Framework Agreement throughout the Scottish mainland and island locations.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 25

Price / Weighting:  75

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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

Lot No: 5

II.2.1) Title

Replacement Glass

II.2.2) Additional CPV code(s)

50112120

34900000

34300000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

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

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 25

Price / Weighting:  75

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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

Lot No: 6

II.2.1) Title

Consumables

II.2.2) Additional CPV code(s)

31000000

34900000

34300000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

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

II.2.4) Description of the procurement

Supply and delivery of 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 25

Price / Weighting:  75

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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

Lot No: 7

II.2.1) Title

Parts for Specialist Vehicles

II.2.2) Additional CPV code(s)

34114000

34224200

34900000

34300000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

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

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 25

Price / Weighting:  75

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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 in to Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.

INSURANCE REQUIREMENTS:

It is a requirement of the contracts to be procured under the proposed framework agreement 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, 3 & 7

EMPLOYERS LIABILITY INSURANCE = minimum 10 million GBP, each and every claim.

PUBLIC/PRODUCTS LIABILITY INSURANCE = minimum level of 20 million GBP, 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 4, 5 & 6

EMPLOYERS LIABILITY INSURANCE = minimum 10 million GBP, each and every claim.

PUBLIC/PRODUCTS LIABILITY INSURANCE = minimum level of 10 million GBP, each and every claim and in the aggregate for products.

MOTOR VEHICLE INSURANCE =

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.

B) For Tenderers who will sub contract 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.

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A search of the tenderer against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the tenderer 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 tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.

Equifax's protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company:credit history; disqualification; validation and investigation bureau; connected data; and bureau information.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

1. Relevant examples of previous supplies or services

2. Subcontracting

3. Quality Management Procedures

4. Environmental Management Systems or Standards

5. 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:

RELEVANT EXAMPLES OF PREVIOUS SERVICES OR SUPPLIES:

Tenderers will be required to provide a max of 3 previous examples of supplies or services carried out in the past three years that they deem appropriate to demonstrate that they have the relevant experience to deliver the supplies or services as described in part II.2.4 of the Contract Notice.

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 BSEN 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 BSEN 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 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.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (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 “I.3) Communication” of this Contract Notice).

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 25

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 179-433246

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

Date: 05/03/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 05/03/2021

Local time: 12:00

Place:

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

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

This Tender 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, most recently amended to reflect the European Union exit by the UK. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted and applied as currently in force.

Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit of its members namely 32 local authorities in Scotland, Tayside Contracts, associate members, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014.

Scotland Excel local authority members and associate members entitled to use this framework, are listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Our_members.aspx

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.

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 tenderer than the envisaged maximum number to the proposed Framework Agreement.

Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the Single Procurement Document (Scotland):

- whether the Tenderer intends to subcontract any share of the contract to a third party;

- list of the proposed subcontracts as far as it is known at that stage; and

- what proportion/percentage of the contract does the Tenderer intend to subcontract.

Please note that these subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out immediately above.

CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS

As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) & KPIs on a quarterly basis. Community Benefits details will be requested on a 6-monthly basis.

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 template.

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

* Customer complaints

* Late Deliveries

* Number/value of purchase orders

* Percentage of first pick order fulfilment

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17807. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

It has become clear that there is scope within the legal framework which applies to public contracts, to deliver wider social benefits such as:

* Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)

* SME and social enterprise development

* Community engagement

As part of your response within the Technical criteria, Tenderers will be requested to confirm if they will offer community benefits for this framework.

(SC Ref:642427)

VI.4) Procedures for review

VI.4.1) Review body

Please refer to VI.4.3 below

Scotland

UK

VI.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.

VI.5) Date of dispatch of this notice

01/02/2021


Document Family

Hide related notices
SEP394573: Supply & Delivery of Vehicle Parts
Publication Date: 14/09/2020
Notice Type: 01 Prior Information Notice (PIN)
Authority name: Scotland Excel
FEB405499: Supply & Delivery of Vehicle Parts
Publication Date: 01/02/2021
Deadline: 05/03/2021
Notice Type: 02 Contract Notice
Authority name: Scotland Excel

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more