Contract notice

Information

Published

Date of dispatch of this notice: 11/01/2018

Expire date: 15/02/2018

External Reference: 2018-043820

TED Reference: 2018/S 009-015957

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford,Cheshire
CW7 2UA
UK
Contact person: Helen Elliott
Telephone: +44 1606362063
NUTS code:  UKD6 -  Cheshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=22760&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Vehicle Accident Repair Services
Reference number:  CPA/SPU/848
II.1.2)

Main CPV code

50100000  -  Repair, maintenance and associated services of vehicles and related equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

Vehicle Accident Repair Services are required from Automotive Bodyshops who are certified to Vehicle Damage Repair Kitemark PAS 125 Category 3 standard. Vehicle Accident Repair services will cover cars, light/heavy vehicles and motorcycles, including collection, storage and repair. The Automotive Bodyshop will also be responsible for having recovery vehicles to collect/deliver from/to Police HQ or other locations within Cheshire Police area. The Automotive Bodyshop will also need to be able to attend Police HQ to undertake inspections of vehicles for production of repair estimates. Automotive Bodyshops will need to demonstrate the capacity to deal with the anticipated volume of repairs and to cope with fluctuations in demand. A framework agreement will be established for four years for the Police & Crime Commissioner for Cheshire and Cheshire Fire Authority. Full details of the requirements are set out in the Specification/Requirements/Detailed Responses Section of the Online ITT.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50110000  -  Repair and maintenance services of motor vehicles and associated equipment
II.2.3)

Place of performance

NUTS code:  UKD6 -  Cheshire
Main site or place of performance:  
Cheshire Constabulary Policing Area & Cheshire Fire and Rescue Service Area
II.2.4)

Description of the procurement

The Provision of Vehicle Accident Repair Services is required from Automotive Bodyshops who are certified to Vehicle Damage Repair Kitemark PAS 125 Category 3 standard. The requirement will be to provide Vehicle Accident Repair services covering cars, light vehicles e.g. vans, heavy vehicles and motorcycles. The Automotive Bodyshop will also be responsible for having recovery vehicles to collect/deliver from/to Police HQ or other locations within Cheshire Constabulary area. The Automotive Bodyshop will also need to be able to attend Police HQ to undertake inspections of vehicles for production of repair estimates.
Vehicles owned, hired or leased by Cheshire Constabulary are involved in excess of 450 vehicle related collisions, incidents and cases of criminal damage each year. Often there may be up to 20 vehicles per week requiring collision or other body repair services, whereas other weeks it could be much lower. Automotive Bodyshops will need to demonstrate the capacity to deal with the anticipated volume of repairs and to cope with fluctuations in demand.
Cheshire Constabulary operates (around) 720 vehicles which are mainly located across the Cheshire Constabulary policing area. Vehicles used by specialist units are located across the North West policing area. The fleet completes almost 12 million miles per annum. Maintenance and servicing of vehicles is completed in the Constabulary’s Fleet Services Unit based at the Constabulary’s Headquarters in Winsford, Cheshire by skilled Police staff.
The Constabulary’s vehicle fleet currently comprises: 6 Heavy Goods Vehicles, 20 Motorcycles, 100 Sprinter LWB/other Large Vans, 20 Trailers and 574 Cars/Car Derived Vans. It should be noted that the Constabulary’s Vehicle Fleet is likely to change over the period of the Contract.
The vehicle manufacturers with the largest representation on the Constabulary’s fleet include Ford, Vauxhall, BMW, VAG, Hyundai, Peugeot, Mercedes.
The Automotive Bodyshop providing the Vehicle Accident Repair Service will need to work with the Constabulary’s Fleet Services Unit to return vehicles to the road and operational use in an efficient and cost effective manner. This will involve, but not be limited to compliance with the required timescales for collection of vehicles for repair and submission of repair estimates, completion of repairs within agreed timeframes and prompt delivery of vehicles back to the Fleet Services Unit.
The PCC requires the services of an Automotive Bodyshop who can provide Vehicle Accident Repair Services across a range of vehicle types. The service is to include collection, storage, repair and delivery of Cheshire Constabulary Police Vehicles.
All vehicles shall be housed and repaired on the Contractors premises. The PCC’s requirements are set out in the Specification/Requirements/Detailed Responses Section.
A framework agreement will be established for four years. The Police and Crime Commissioner for Cheshire intends to award a call off contract of 3 years with two options to extend of 1 year. The framework will also be open for use by Cheshire Fire Authority, for vehicles within the Cheshire Fire and Rescue Fleet.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2018  /  End: 30/04/2022
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
A framework agreement will be established for four years. The Police and Crime Commissioner for Cheshire intends to award a call off contract of 3 years with two options to extend of 1 year.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the electronic tender documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the electronic tender documents
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/02/2018
Local time:  10:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  23/07/2018
IV.2.7)

Conditions for opening of tenders

Date:  15/02/2018
Local time:  10:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK