Vehicle Conversions Services DPS – Crown Commercial Service
Crown Commercial Service is setting up a Dynamic Purchasing System for a period of 72 months and is inviting suppliers to submit a ‘Request to Participate’ for the provision of Vehicle Conversions services.
United Kingdom-Liverpool: Vehicle conversion and reconditioning services
2017/S 140-287976
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
9th Floor The Capital Old Hall Street
Liverpool
L3 9PP
United Kingdom
Telephone: +44 3450103503
E-mail: DPSVehicleConversions@crowncommercial.gov.uk
NUTS code: UK
Address of the buyer profile: https://sid4gov.cabinetoffice.gov.uk/organisation/register
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Vehicle Conversions Dynamic Purchasing System.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service is setting up a Dynamic Purchasing System (DPS) for a period of 72 months and is inviting suppliers to submit a ‘Request to Participate’ for the provision of Vehicle Conversions services. The distinct elements of these services include geographical area, sector, vehicle type, conversion product and sub-product.
If you are successfully appointed to the DPS following your request to participate, you will be invited by Contracting Authorities to submit tenders for relevant service requirements through a call for competition.
The initial deadline for requests to participate is 17:00 on 23.8.2017, however the DPS remains open to any Potential Provider to request to participate throughout its 72 month duration.
The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout the UK.
II.2.4)Description of the procurement:
Provision of Vehicle Conversion Services for all UK Central Government Departments and Wider Public Sector Organisations.
The core requirement of the Vehicle Conversions shall include but shall not be limited to the following mandatory and desirable requirements:
Mandatory
— Turnkey solution for complete supply of vehicle, associated equipment and conversion services,
— Single service items for the conversion of vehicles,
— Vehicle testing,
— Environmental and sustainability criteria,
— Health and Safety,
— Security,
— Vetting.
Desirable:
— Standalone design and consultancy services,
— Warranty and after sales,
— Vehicle user training and guidance,
— Electrical and Communication Equipment Installation.
Full details of the Vehicle Conversions Matrix is detailed in the procurement bid pack which as accessible as part of your request to participate.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) may apply at the Call for Competition.
It is the suppliers responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Suppliers will be assessed on the selection and criteria information provided in response to their request to participate for a place on the Vehicle Conversions Dynamic Purchasing System (DPS).
Suppliers will be assessed on the selection and criteria information provided in response to their request to participate for a place on the Vehicle Conversions Dynamic Purchasing System (DPS).
The procurement will be managed electronically via: https://sid4gov.cabinetoffice.gov.uk
To participate in this Procurement, participants must first be registered on the Supplier Registration Service at the following link: https://sid4gov.cabinetoffice.gov.uk/organisation/register.
Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
Full instructions for registration and use of the system can be found at: https://sid4gov.cabinetoffice.gov.uk/help
The Supplier can submit a request to participate as a single legal entity. Alternatively, you can work together with other legal entities to form a Group of Economic Operators. If you do, we ask the Group of Economic Operators to choose a lead member who will submit the bid on behalf of the Group of Economic Operators and you will have to identify what each of the parties is contributing to the bid.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The values provided in Section II.1.5 are an estimate only. The Authority cannot guarantee to Suppliers any business through the DPS Agreement.
The Authority expressly reserves the right (i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the suppliers.
As part of this Contract Notice, the detailed customer list detailing UK Central Government Departments and Wider Public Sector organisations who can procure from this DPS Agreement can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/1677e3b7-b82b-4ac4-9ff6-e9b7eea0c1a3:
VI.4.1)Review body
9th Floor The Capital Old Hall Street
Liverpool
L3 9PP
United Kingdom
VI.4.2)Body responsible for mediation procedures
9th Floor The Capital Old Hall Street
Liverpool
L3 9PP
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
9th Floor The Capital Old Hall Street
Liverpool
L3 9PP
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Islington Council Vehicle Fleet Support Services Tender 2017
Vehicle Recovery Services Tender Northumbria Police
Leicestershire Police Vehicle Recovery Services Contract 2017
DVSA Data Analysis and Report Writing Services Framework
Supply Vehicle CCTV and Telemetry