Contract notice

Information

Published

Date of dispatch of this notice: 13/11/2018

Expire date: 20/12/2018

External Reference: 2018-514008

TED Reference: 2018/S 221-505909

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Lancashire Constabulary
GB 618 9909 89
Lancashire Headquarters, Saunders Lane, Hutton
Preston
PR4 5SB
UK
Contact person: Rachel Astbury
Telephone: +44 1772412513
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=26200&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

Motor Vehicle Body Repair Work, and Minor Mechanical Work for Vehicles Operated By Lancashire Constabulary
II.1.2)

Main CPV code

50112110  -  Body-repair services for vehicles
II.1.3)

Type of contract

Services
II.1.4)

Short description

Lancashire Constabulary is split into three large divisions, comprising of West, South and East. There is a Police Headquarters based in Hutton, Preston, a Training Centre based on the same site, plus two operational divisions, known as HQ Crime and HQ Ops Services. Staff in HQ Crime and HQ Ops Services are located around the force but in the main are situated at Police Headquarters.Within Police HQ is the Vehicle Maintenance Unit/Fleet Department. These departments are the customers in respect of this contract.The purpose of this contract is for companies to Provide Motor Vehicle Body Repair Work, And Minor Mechanical Work For Vehicles Operated by Lancashire Constabulary.The force is seeking to appoint a maximum of 3 contractors in total to perform this work. Ideally the contractors who are appointed will be able to service any area within the Constabulary and therefore must meet a ONE hour response time.
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50100000  -  Repair, maintenance and associated services of vehicles and related equipment
50112100  -  Car repair services
II.2.4)

Description of the procurement

Lancashire Constabulary is split into three large divisions, comprising of West, South and East. There is a Police Headquarters based in Hutton, Preston, a Training Centre based on the same site, plus two operational divisions, known as HQ Crime and HQ Ops Services. Staff in HQ Crime and HQ Ops Services are located around the force but in the main are situated at Police Headquarters.
Within Police HQ is the Vehicle Maintenance Unit/Fleet Department. These departments are the customers in respect of this contract.
Further information about Lancashire Constabulary and the Police and Crime Commissioner for Lancashire is available on our website: www.lancashire.police.co.uk
The purpose of this contract is for companies to Provide Motor Vehicle Body Repair Work, And Minor Mechanical Work For Vehicles Operated by Lancashire Constabulary.
The force is seeking to appoint a maximum of 3 contractors in total to perform this work. Ideally the contractors who are appointed will be able to service any area within the Constabulary and therefore must meet a ONE hour response time.
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: 3000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
2 plus one plus one - 1 April 2019 to 31 March 2021 with the option to extend for a further two years, renewable annually
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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:  see 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

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 several operators
Envisaged maximum number of participants to the framework agreement:  3
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:  20/12/2018
Local time:  12:00
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:  19/06/2019
IV.2.7)

Conditions for opening of tenders

Date:  20/12/2018
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Appeal Body for the UK
High Court
London
UK