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

Tendering for the supply of specific vehicle and motor cycle spare parts required for the Medical Research Council (MRC) Unit, the Gambia, West Africa.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

The UK Shared Business Services Ltd formerly known as the RCUK Shared Services Centre Ltd
North Star Avenue
For the attention of: John Welch
SN2 1FF Swindon
UNITED KINGDOM
Telephone: +44 1793867305
E-mail:
Fax: +44 1793416175

Internet address(es):

General address of the contracting authority: www.uksbs.co.uk

Address of the buyer profile: www.uksbs.co.uk

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
Other: Medical Research governed by public law
I.3)Main activity
Other: Medical Research
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Medical Research Council
Polaris House
SN2 1FL Swindon
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Tendering for the supply of specific vehicle and motor cycle spare parts required for the Medical Research Council (MRC) Unit, the Gambia, West Africa.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKK14,UKZZZ

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

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 000 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
UKSBS Ltd as the Contracting Authority on behalf of the MRC UK Head Office is putting in place a call off Framework Contract with a maximum of 3 operators or a number of call off Contracts for the supply of named and branded vehicle and motor cycle spare parts to specifications and regular stock items from core lists for the centralised transport maintenance workshop for the Medical Research Council Unit at Banjul, the Gambia West Africa.
These bodies include but are not limited to the Medical Research Council, Science and the Science and Technology Facilities Council, The Engineering and Physical Sciences Research Council, The Economic and Social Research Council, The Natural Environment Research Council, The Arts and Humanities Research Council, The Biotechnology and Biological Sciences Research Council, The UKSBS Shared Services Centre Ltd, Central Government Departments and their Agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Voluntary Sector Charities, and or other private organisations acting as managing agents or procuring on behalf of these UK bodies. (see section VI.3, Additional Information).
II.1.6)Common procurement vocabulary (CPV)

34000000, 34300000, 34900000

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:
The Research Councils and the UKSBS Shared Services Centre Ltd are seeking to specification with a regime of accessories per vehicle for supply to the Gambia, West Africa. Costs for shipping to the docks at Banjul West Africa will be requested for quotation as part of the tender but may not be included as part of the contract if a third party forward freighter contractor is commissioned.
Estimated value excluding VAT:
Range: between 1 000 000 and 6 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Authority may consider a "Just in Time" JIT stock replenishment supply chain system linked to maintenance scheduling and repair needs for the MRC.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Spare parts for toyota vehicles
1)Short description
A core list of regular workshop stocked Toyota vehicle parts and accessories will be provided with RFI.
2)Common procurement vocabulary (CPV)

34000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot 1 is for Toyota vehicle parts and accessories;
Lot 2 is for Land Rover vehicle parts and accessories;
Lot 3 is for Yamaha motor cycle DT125 model parts and accessories;

Potential bidders may register their expression of interest for one Lot; two Lots or all three Lots when completing and returning the Request for Information document to

Lot No: 2 Lot title: Spare parts for land rover vehicles
1)Short description
A core list of regularly workshop stocked Land Rover parts will be provided.
2)Common procurement vocabulary (CPV)

34000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot 1 is for Toyota vehicle parts and accessories;
Lot 2 is for Land Rover vehicle parts and accessories;
Lot 3 is for Yamaha motor cycle DT125 model parts and accessories;

Potential bidders may register their expression of interest for one Lot; two Lots or all three Lots when completing and returning the Request for Information document to

Lot No: 3 Lot title: Spare parts for yamaha DT125 motor cycle parts
1)Short description
A core list of regularly stock Yamaha motor cycle parts will be provided.
2)Common procurement vocabulary (CPV)

34000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot 1 is for Toyota vehicle parts and accessories;
Lot 2 is for Land Rover vehicle parts and accessories;
Lot 3 is for Yamaha motor cycle DT125 model parts and accessories;

Potential bidders may register their expression of interest for one Lot; two Lots or all three Lots when completing and returning the Request for Information document to

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See Request For Quotation Documents (RFQ).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All Bids are to be priced in sterling and or currency of Gambia - USD.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability required.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The UK Government has set out the need for greater transparency across its operations to enable the public to hold public bodies and politicians to account. This includes commitments relating to public expenditure, intended to help achieve better value for money.
As part of the transparency agenda, UK government has made the following commitments with regard to procurement and contracting:
All new central UK government ICT contracts over the value of 10,000 GBP to be published in full online from July 2010.
All new central UK government sourcing documents for contracts over 10,000 GBP to be published on a single website from September 2010, with this information to be made available to the public free of charge.
New items of central UK government spending over 25,000 GBP to be published online from November 2010.
All new central UK government contracts to be published in full from January 2011.
Suppliers and those organisations looking to bid for public sector contracts should be aware that if they are awarded a new UK government contract, the resulting contract between the supplier and UK government will be published. In some circumstances, limited redactions will be made to some contracts before they are published in order to comply with existing law and for the protection of national security.
Service providers must clearly demonstrate recent successful experience in similar projects and environments.Potential suppliers will be excluded if one of the following applies, the supplier is in a state of bankruptcy, insolvency,compulsory winding up, administration, receivership,composition with creditors or any analogous state,or subject to relevant proceedings, has been convicted of a criminal offence related to the business of professional misconduct, has committed an act of grave misconduct in the course of business, has not fulfilled obligations relating to the payment of taxes,is guilty of serious misrepresentation in supplying information required by the authority, is not in the possession of a licence or not a member of the appropriate trade or other organisation where the law requires it.
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: To be detailed in the Request For Quotation (RFQ). Participating suppliers are also expected to have in place necessary insurances. Expressions of Interest must include the return of a satisfactory RFQ which will be supplied. This Contract Notice is to alert interested suppliers of the start of a competitive process and the UK SBS Ltd is following the detailed rules and procedures set out in directive 2004/18/EC.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Request for Information Questionnaire (RFI). Reports from credit bureau references will be sought in due course.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Bidders must demonstrate that they have the resources, knowledge and capability to undertake the work employing appropriately skilled staff. They must be able to confirm experience of supplying and distributing vehicle and motor cycle spare parts with in their own base country and preferably but not essential to overseas customers.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: See Request for Information document completions.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PS130131
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: 10.3.2014 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.5.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
1.4.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 6.5.2014 - 14:00

Place:

The UK Shared Business Services Swindon.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised Officers of the UK SBS Organisation.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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
UK SBS Ltd as the Contracting Authority is putting in place a contract for the supply of specification with each vehicle fleet with a core list of spare parts stocked by the fleet transport workshop in Banjul to the MRC The Gambia, West Africa.
Detailed on the (formerly known as) UKSBS Shared Services Centre Ltd website is a list of all organisations, Institutes, Centres and Bodies (Authorised Entities) that may use any appropriately advertised Contract let by the UKSBS Shared Services Centre Ltd. The full list can be accessed from the following link

http://www.uksbs.co.uk/procure/contracts/Pages/default.aspx

Important - To respond to this Notice and register an initial "Expression of Interest" please email and or telephone John Welch Fleet Category Manager; UK Shared Business Services Ltd on +44 1793867305 or +44 7767831318 for prior RFI issue discussions. Where practical all companies will be given a pre-invitation to tender interview (by appointment) following on from compliant completion of initially the Request for Information (RFI) document. Company potential bidder interviews may be conducted by telephone with John Welch +44 1793867305 or +44 7767831318 by arrangement.

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:
5.2.2014