Yorkshire Purchasing Organisation Grounds Maintenance Framework
Supply of grounds maintenance equipment and associated services. 4 Lots.
United Kingdom-Wakefield: Grounds-maintenance equipment
2019/S 130-319533
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
41 Industrial Park
Wakefield
WF2 0XE
United Kingdom
Contact person: Contracts Team
Telephone: +44 192466485
E-mail: contracts@ypo.co.uk
NUTS code: UKE45
Address of the buyer profile: https://procontract.due-north.com/register?ReadForm
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
YPO — 000969 Grounds Maintenance Renewal
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
YPO operates nationally supplying schools, colleges and universities, in addition to all major local government departments including social services, catering, transport, highways, building services, admin and waste management as well as emergency service authorities.
YPO are looking for providers to be appointed onto a Framework Agreement for the supply of grounds maintenance equipment and associated services for use primarily in the education market and local authority. This framework is designed to allow YPO to meet the needs of all public sector organisations by establishing an agreement where the end customer will place orders directly with the Provider on a ‘contract’ basis and the provider will deliver direct to the end customer on an agreed basis.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Purchase of Grounds Maintenance Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is designed for providers who are able to supply a vast range of grounds maintenance equipment across the whole of the UK. In order to bid for this lot, you must be a grounds maintenance equipment provider with the ability to supply the majority of the UK.
Within this lot customers may seek third party financing; this will be the responsibility of the provider to facilitate this either through in-house or with their nominated finance house.
This lot will be controlled from a central point at each provider who can provide the quotation and supply and support the machinery requested.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
The Framework Agreement will cover the period from 1.9.2019 to 31.8.2023 (subject to an annual review, incorporating price negotiations and KPI performance).
II.2.13)Information about European Union funds
II.2.1)Title:
Hire/Lease of Grounds Maintenance Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is designed for providers who are ably to supply a vast range of grounds maintenance equipment on a hire/lease basis across the whole of the UK.
In order to bid for this lot you must have a wide range of readily available grounds maintenance stock, knowledgeable staff who are able to advise our customers which equipment is needed based on the work to be undertaken. Including machinery on short term hire.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement will cover the period from 1.9.2019 to 31.8.2023 (subject to an annual review, incorporating price negotiations and KPI performance).
II.2.13)Information about European Union funds
II.2.1)Title:
Servicing, Maintenance, Spares and/or repair of Grounds Maintenance Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is designed to provide the option for YPO’s customers to have an external body carry out repairs and maintenance and/or servicing of new equipment or carryout upgrades and provide spares, to existing equipment to the applicable safety or legal standards using best practice with suitably qualified staff, working in a safe manner.
There must be sufficiently trained staff to support the customer in its primary objective and ensuring that they are available for use, in a safe and serviceable condition for the maximum amount of time, without undue failure or breakdown.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be subject to renewal after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
The Framework Agreement will cover the period from 1.9.2019 to 31.8.2023 (subject to an annual review, incorporating price negotiations and KPI performance).
II.2.13)Information about European Union funds
II.2.1)Title:
Disposal of Grounds Maintenance Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is designed to provide a compliant route for the sale of grounds maintenance equipment at the end of life, for sale on to another party, reconditioning or to be dismantled and recycled where possible.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be subject to renewal after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
The Framework Agreement will cover the period from 1.9.2019 to 31.8.2023 (subject to an annual review, incorporating price negotiations and KPI performance).
II.2.13)Information about European Union funds
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
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.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.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 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.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date.
VI.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/ojeu-permissible-users.aspx
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).
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: