Contract notice

Information

Published

Date of dispatch of this notice: 13/12/2019

Expire date: 17/01/2020

External Reference: 2019-541503

TED Reference: 2019/S 242-594789

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
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=31317&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

Fully Managed Vehicle Recovery Scheme
Reference number:  CPA/SPU/1313
II.1.2)

Main CPV code

50118000  -  Automobile emergency road services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire and the Chief Constable of Cheshire Constabulary are seeking to establish a Fully Managed Vehicle Recovery Scheme.
The service is to include:
• call handling
• managed network of approved vehicle recovery operators
• roadside breakdown and recovery services
• single disposal process
• complaint and dispute resolution including legal support
• consolidated invoicing
Cheshire Fire Authority/Cheshire Fire & Rescue Service will also utilise the contract for the recovery of fire appliances/fire vehicles. The volume of recoveries is small, historically between 3-5 per year.
Full details are provided in the Specification and the Online Tender Questionnaire
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50118000  -  Automobile emergency road services
II.2.3)

Place of performance

Main site or place of performance:  
Cheshire Constabulary and Cheshire Fire and Rescue Service Areas covering the four unitary authorities of Cheshire West & Chester, Cheshire East, Halton and Warrington.
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire and the Chief Constable of Cheshire Constabulary are seeking to establish a Fully Managed Vehicle Recovery Scheme.
The service is to include:
• call handling
• managed network of approved vehicle recovery operators
• roadside breakdown and recovery services
• single disposal process
• complaint and dispute resolution including legal support
• consolidated invoicing
Cheshire Fire Authority/Cheshire Fire & Rescue Service will also utilise the contract for the recovery of fire appliances/fire vehicles. The volume of recoveries is small, historically between 3-5 per year.
The fully managed vehicle recovery scheme will be provided by the Contractor/ Managing Agent and it will be their responsibility to engage recovery operators who must be PAS43 certified.
The PCC's and CFA's area is that served by Cheshire Constabulary and Cheshire Fire and Rescue Service covering the four unitary authorities of Cheshire West & Chester, Cheshire East, Halton & Warrington and the area contains motorway, trunk roads, 'A' roads and other classifications of road in urban and rural settings.
The PCC requires a sustainable vehicle recovery scheme where recovery operators are either assigned to specific geographic areas (linked to beat codes) or deployed utilising a ‘best time to incident' system. The Recovery Operator deployed will be the one contracted to the area where the incident occurs or the one who has been identified as the ‘best time to incident'.
The PCC also requires the Contractor/Managing Agent to arrange for a single organisation to deal with the collection and disposal of vehicles for auction, scrapping, breaking or crushing; end of life vehicles and disposal of property.
The Contractor/Managing Agent will be required to work with the PCC to implement any best practice solutions or NPCC requirements.
In the period October 2018 – September 2019, circa 7500 incidents were dealt with through the Vehicle Recovery Scheme.
The contract term is 48 months to commence from 1.6.2020 until the 31.5.2024. There is the option to extend the contract for a further 2 periods of 12 months.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Score/Detailed Responses (see ITT for sub weightings)  /  Weighting:  60
Cost criterion  -  Name:  Price (see ITT for sub weightings)  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/06/2020  /  End: 31/05/2024
This contract is subject to renewal: yes
Description of renewals:  
There is an option to extend the contract for two periods of one year - to a final end date of 31 May 2026.
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
II.2.14)

Additional information

This opportunity is being tendered via the Bluelight e-Tendering system, https://bluelight.eu-supply.com under reference 38253. All expressions of interest should be made via the opportunity on Bluelight.
The estimated values shown in this Contract Notice relate to costs which are expected to be incurred by the PCC/CFA. They exclude Statutory Fee values.

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 online 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 online tender
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.1.8)

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:  17/01/2020
Local time:  11:00
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  17/01/2020
Local time:  11:00
Place:  
HQ Winsford
Information about authorised persons and opening procedure:  
Online tender box opening process

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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in the Public Contract Regulations 2015