web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Wakefield: Musical instruments, sport goods, games, toys, handicraft, art materials and accessories

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 071-124011/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
YPO
41 Industrial Park
Wakefield
Postal code: WF2 0XE
United Kingdom
Contact points(s): Contracts Team
For the attention of: Katey Stothard
Phone: +44 1924885903
Email: contracts@ypo.co.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: YPO
41 Industrial Park
Wakefield
Postal code: WF2 0XE
United Kingdom
Contact points(s): Contracts Team
For the attention of: Katey Stothard
Phone: +44 1924885903
Email: contracts@ypo.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: YPO
41 Industrial Park
Wakefield
Postal code: WF2 0XE
United Kingdom
Contact points(s): Contracts Team
For the attention of: Katey Stothard
Phone: +44 1924885903
Email: contracts@ypo.co.uk

Tenders or requests to participate must be sent to: YPO
41 Industrial Park
Wakefield
Postal code: WF2 0XE
United Kingdom
Contact points(s): Contracts Team
For the attention of: Katey Stothard
Phone: +44 1924885903
Email: contracts@ypo.co.uk

I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: General public services,Education
I.4) Contract award on behalf of other contracting authorities/entities:
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/entity:
YPO — 000662 Portable Gym Equipment and Mats.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
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
maximum number of participants to the framework agreement envisaged: 7
Duration of the framework agreement in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 000 000 and 4 000 000 GBP
II.1.5) Short description of the specific contract:
YPO are looking for Providers to be appointed onto a Framework Agreement for the supply of Portable Gymnasium Equipment and Mats including High Jump Landing Areas and Safety Mattresses to be used mainly in Educational Establishments, Schools and Leisure Centres. This framework is designed to allow YPO to meet the needs of all Public Sector Organisations by establishing an agreement for providers to deliver on a ‘direct’ basis whereby the customer orders direct from YPO and the provider will deliver direct to the end customer. Invoice and payment will be between the customer and YPO.
II.1.6) Common procurement vocabulary (CPV): 37000000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The 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: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
YPO are looking for Providers to be appointed onto a Framework Agreement for the supply of Portable Gymnasium Equipment and Mats including High Jump Landing Areas and Safety Mattresses to be used mainly in Educational Establishments, Schools and Leisure Centres. This framework is designed to allow YPO to meet the needs of all Public Sector Organisations by establishing an agreement for providers to deliver on a ‘direct’ basis whereby the customer orders direct from YPO and the provider will deliver direct to the end customer. Invoice and payment will be between the customer and YPO.
Estimated value excluding VAT:
Range: between 2 000 000 and 4 000 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Starting 1.1.2017Completion 31.12.2020
Information about lots
Lot No: ; Lot title: Lots 1-9
1) Short description: 1 Balance Benches 2 Safety Mattresses 3 High Jump Landing Area 4 Gymnasium Mats 5 Nesting Tables 6 Springboards 7 Linking and Bridging 8 Vaulting and Bar Boxes 9 Balance.
2) Common procurement vocabulary (CPV): 37000000
3) Quantity or scope:

Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 0 (from the award of the contract)
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:
Providers to YPO must be in a sound financial position. YPO will carry out financial checks on potential providers as detailed within the Selection Criteria area of the tender. A parent company and/or other guarantees of performance and financial standing may be required if considered appropriate in the form of a guarantee or a performance bond.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All sums due to be in cleared funds by 30 days following the date of invoice.
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:
The performance of the contract is subject to particular conditions: no
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: (a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations; (b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;(c) Has been convicted by a judgment which has the force of res judicator in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(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:
Information and formalities necessary for evaluating if the requirements are met: 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.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: 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.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:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators:7
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 negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
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/entity:
000662
IV.3.2) Previous publication(s) concerning the same contract:

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:
13.05.2016 – 14:00
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:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3.5 years from commencement of contract.

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
For more information please email the contacts stated above. To see the documentation, please go online to 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.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:YPO will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice:
08.04.2016