By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Motor vehicle workshop supplies tender.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Crescent Purchasing Consortium
Technology House, Lissadel Street
For the attention of: Adrian Davies
M6 6AP Salford
UNITED KINGDOM
Telephone: +44 1612952555
E-mail:
Fax: +44 1612955599

Internet address(es):

General address of the contracting authority: https://in-tendhost.co.uk/cpc

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Motor vehicle workshop supplies tender.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Motor vehicle workshop supplies tender.
The purpose of this tender is to put in place a framework agreement with a number of suppliers. CPC members will then be able to access the framework for their motor vehicle and motorcycle related course requirements for a range of consumables, equipment and related products.
Members have the right to utilise e-auctions during the further competition stage of the supplier award.
This framework agreement has been split into 3 lots, tenderers can apply for any or all lots and will not be disadvantaged if bidding only for individual lots.
Lot 1: motor vehicle workshop consumables.
Lot 2: motor vehicle workshop equipment and installation.
Lot 3: specialist cleaning provision.
To participate in this tender please register and Express an Interest via our tendering portal which can be found at:

https://in-tendhost.co.uk/cpc

It is a requirement of the tender that the selected supplier(s) will extend the terms to all eligible institutions and consortia, as defined by the CPC including further education institutions, sixth forms, academies, schools, museums and other similar organisations. The tender may also be available for higher education institutions directly through CPC as a single contract member or potentially via our colleagues in other Consortia and WFEPC (Welsh Further Education Purchasing Consortium http://www.wfepc.com/english/). The CPC reserves the right during the period of this agreement to make additions to or subtractions from the list of participating institutions and consortia.

The framework agreement is let on behalf of Crescent Purchasing Consortium Members. We are also working with Dukefield Limited who will make the framework available through NPG - Northern Procurement Group Limited, therefore the framework will also be open for use by all other public sector contracting authorities (as defined in Article 1 (9) of Directive 2004/18/EC and implemented by Regulation 3 of the Public Contract Regulations 2006) or their agents.
These include but are not limited to central government departments and their agencies, non-departmental public bodies (NDPBs), NHS bodies (including; acute trusts, ambulance trusts, primary care trusts, care trusts, NHS hospital trusts, strategic health authorities, mental health trusts, special health authorities), local authorities (as defined in Regulation 3 (2) to (5) of the Public Contracts Regulations 2006 ("the Regulations"), police authorities (as defined by Regulation 3 (1) (j) to (p) of the Regulations), emergency services, educational establishment (including schools, universities, academies, colleges of further education) and registered social landlords who have a need to purchase these services. Please see the following web sites for further details:

http://www.civilservice.gov.uk/about/resources/ndpb

http://www.education.gov.uk/edubase/search.xhtml?clear=true

http://www.schoolswebdirectory.co.uk/localauthorities.php

http://www.education.gov.uk/schools/leadership/typesofschools/academies/b0069811/open-academies-and-academy-projects-in-development

Http:www.police-information.co.uk/police-directory/.

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm

Http.//www.cabinetoffice.gov.uk/.

http://wwwhousingcorp.gov.uk/server/show/nav.490

http://www.homesandcommunities.co.uk/advance-search-query

http://www.housingnet.co.uk/rslSearch.php

http://www.charity-commission.gov.uk/showcharity/registerofcharities/registerhomepage.aspx?&=&

https://www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist.html?cat=10043

http://www.thecpc.ac.uk/

The framework agreement shall be established for a period of 2 years with an option to extend for a further 2 periods of one year (2+1+1).
II.1.6)Common procurement vocabulary (CPV)

34300000, 44831200, 42413200, 34326000, 34953000, 24959100, 51530000, 50110000, 31610000, 42512400, 39831500, 39812300, 42413400, 42924310, 09211000, 42413300, 34000000, 34326200, 42413000, 24911200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Motor vehicle workshop consumables
1)Short description
As per tender documents.
2)Common procurement vocabulary (CPV)

34300000, 39831500, 42924310, 24911200, 42512400, 50110000, 34326000, 34000000, 39812300, 09211000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Motor vehicle workshop equipment and installation
1)Short description
As per tender documents.
2)Common procurement vocabulary (CPV)

42413000, 42413400, 42413200, 31610000, 34000000, 34953000, 42413300, 51530000, 34326200

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Specialist cleaning provision
1)Short description
As per tender documents.
2)Common procurement vocabulary (CPV)

34000000, 43800000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As per tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: While the tender for the framework will not use an electronic auction members may wish to use an electronic auction during the further competition stage of the supplier award.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CPC/AD/01/2012
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 4.1.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.1.2013
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.11.2012