Framework for Supply of Batteries and Chargers
YPO are looking for Providers to be appointed onto a Framework Agreement for the supply of batteries and chargers, for use mainly in the education and office supplies market.
United Kingdom-Wakefield: Batteries
2016/S 066-114552
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Mr Ashley Cartwright
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924834864
E-mail: contracts@ypo.co.uk
Internet address(es):
General address of the contracting authority: http://www.ypo.co.uk/
Address of the buyer profile: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
Electronic access to information: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
Electronic submission of tenders and requests to participate: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
Further information can be obtained from: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
UNITED KINGDOM
Tenders or requests to participate must be sent to: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
UNITED KINGDOM
I.2)Type of the contracting authority
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UKE43
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 800 000 and 1 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
31440000, 31158100, 31422000, 31411000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 800 000 and 1 200 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate; (e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information; (h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA; (i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Please refer to the Tender Documentation/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
Minimum level(s) of standards possibly required:
Please refer to the Tender Documentation/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Cost. Weighting 40
2. Quality/Customer Service. Weighting 40
3. Delivery. Weighting 10
4. Sustainability. Weighting 10
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 3.5 years from commencement of contract.
VI.2)Information about European Union funds
VI.3)Additional information
Tender submissions must be submitted electronically via YPO’s e-tendering systemhttps://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm Submission by any other means will not be acceptedhttp://www.ypo.co.uk/customers/ojeu-permissible-users.aspx To see the documentation, please go online tohttps://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_supplier_registration_wizard_introduction?openform and ‘Register as a Supplier’. 1. Click on the appropriate tender under ‘Latest Opportunities’ 2. Click the “Register Interest” button which is located under the “Main Contract Detail” 3. Click on ‘ok’ 4. Return back to the home page and select the “My Opportunities” link, located on the right hand side of your home page. 5. Select the link to the tender 6. Select “view stage detail” and download the documents. For “online question” tenders, use the response wizard to start answering questions online. Any questions in relation to the terms and conditions must be raised during the clarification question period. The bidder must state the clause they wish to amend, alter or delete and provide suggested wording for the amendment. YPO do not bind themselves to accept any suggested amendments, alterations or deletions but will consider the same and notify all prospective bidders as to whether or not these are accepted before the tender submission date. YPO will not accept any changes to the terms and conditions outside of this period. Whilst initially for use by local authorities and educational establishments served by YPO acting as a Central Purchasing Body defined by the Public Contract Regulations 2015 in regulation 2 and detailed further in regulation 37. The Framework Agreement will be open to all Contracting Authorities which include the public sector, other public bodies, such as the Police, Fire and Rescue Service, NHS Bodies and registered charities within the UK and to those central government departments and their agencies that wish to use it. Any Contracting Authority described below may utilise the resulting Framework Agreement from the commencement date. See the following links for details: http://www.ypo.co.uk/customers/ojeu-permissible-users.aspxhttp://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm http://www.schoolswebdirectory.co.uk/index.phphttp://www.ucas.com/students/choosingcourses/choosinguni/instguide/ http://www.ukschoolsdirectory.net/searchresult.phphttp://www.education.gov.uk/edubase/home.xhtml;jsessionid=6EA220CC25EF75BD8A31A606B9D3A08D http://www.police-information.co.uk/index.html http://www.psni.police.uk/index.htm http://www.scottish.police.uk/ http://www.nifrs.org/locations.phphttp://www.mcga.gov.uk/c4mca/mcga07-home.htm http://www.fireservice.co.uk/information/ukfrshttp://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx http://www.hscni.net/index.php?link=trustshttp://www.engage.hscni.net/partners/a2zmemberslist.html http://www.scot.nhs.uk/organisations/index.aspxhttp://www.scottishambulance.com/TheService/organised.aspx http://www.wales.nhs.uk/nhswalesaboutus/structurehttps://www.gov.uk/government/organisations http://www.charity-commission.gov.uk/About_us/Regulation/Registering_charities_index.aspxhttp://www.oscr.org.uk/http://www.dsdni.gov.uk/index/dsd_contact_us/dsd_our_offices.htm http://www.idea.gov.uk/idk/core/page.do?pageId=7175736
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Supply and Installation of Uninterrupted Power Supply
Provision of Electrical Supplies and Services
Servicing of Fixed and Portable Fire Safety Appliances
Supply and Delivery of Electrical Materials