Supply of tyres, glass and fast fit solutions

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Supply)
Duration
4 year
Value
£200M
Sector
TRANSPORT
Published
11 Feb 2021
Delivery
To 18 Mar 2028 (est.)
Deadline
18 Mar 2021 15:00

Concepts

Location

Liverpool

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service intends to undertake a tendering exercise to establish a framework agreement for use by UK central Government and wider public sector organisations for the supply and fit of tyres, glass and fast fit solutions. These bodies include, but are not limited to, central government departments and their agencies, non-departmental public bodies, devolved administrations, NHS bodies, local authorities, police, voluntary sector, charities and private sector organisations procuring on behalf of these bodies. The lotting structure will be: Lot 1 Supply and fit of tyres and associated products and services for Blue Light (emergency services) Buyers. Lot 2 Supply, fit and management of tyres and associated products and services. Lot 3 Supply, fit and repair of glass and associated products and services

Lot Division

1 Supply and fit of tyres and associated products and services for Blue Light (emergency services) Buyers
  • Value: £48M

Lot 1 is a single supplier lot for the supply and fit of tyres and associated products and services covering the United Kingdom (UK). The Supplier appointed to this lot is required to supply a full range of premium brand, commercially available tyres required by Blue Light services including homologated tyres.

2 Supply, fit and management of tyres and associated products and services
  • Value: £136M

Lot 2 is a multi-supplier lot for the supply, fit and management of tyres and associated products and services. The Suppliers appointed to this lot are required to supply a range of commercially available tyres required by Public Sector Buyers. Suppliers may offer vehicle repair and maintenance products and services

3 Supply, fit and repair of glass and associated products and services
  • Value: £16M

Lot 3 is a multi-supplier lot for the supply, fit and repair of glass and associated products and services. The Suppliers appointed to this lot are required to supply a range of windscreens required by Public Sector Buyers. Suppliers may offer windscreen associated products and services. For avoidance of doubt, this may include any glass product which can be fitted to a vehicle, including but not limited to windscreens, rear windscreens, and side windows.

Award Criteria

Quality 60.0
PRICE 40.0

CPV Codes

  • 34350000 - Tyres for heavy/light-duty vehicles
  • 34330000 - Spare parts for goods vehicles, vans and cars
  • 34351000 - Light-duty tyres
  • 34351100 - Tyres for motor cars
  • 34352000 - Heavy-duty tyres
  • 34352100 - Tyres for trucks
  • 34352200 - Tyres for buses
  • 34352300 - Agrarian tyres
  • 34411200 - Tyres for motorcycles
  • 34913100 - Used tyres
  • 34913200 - Retreaded tyres
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50116500 - Tyre repair services, including fitting and balancing
  • 50116510 - Tyre-remoulding services
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 50112120 - Windscreen replacement services

Indicators

  • An E-Auction may be used.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are not available.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

An electronic auction will not be used at framework level. However, buyers reserve the right to use an electronic auction at the call-off stage. As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/caf24767-d185-4f99-91f4-709084... 1) Contract Notice - Authorised customer list 2)Contract Notice reserved rights for Crown Commercial Service Framework Agreement Procurement 3) Contract Notice Transparency Information for Crown Commercial Service Framework Agreement. The value provided at II.1.5) and the lot values are only an estimate. We cannot guarantee to suppliers any business through this framework. On 2 April 2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Please note: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. CCS considers the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply at framework level. We encourage bidders to take their own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract and carry out due diligence accordingly. Some purchases under this framework agreement may have requirements that can be met under this framework agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 — About the framework within the Invitation to Tender documentation). In such cases, call-offs from this framework will be unregulated. Purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the framework and any call-off contracts to reflect that buyer’s specific needs. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk Email - eenablement@crowncommercial.gov.uk Phone - 0345 410 2222 choose option 2

Reference

Domains