Contract notice

Information

Published

Expire date: 23/07/2021

External Reference: 2021-565703

FTS Reference: 2021-014013

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

7 Forces Procurement
N/A
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
UK
Contact person: Andrea Weed
Telephone: +44 01473613693
NUTS code:  UK -  UNITED KINGDOM
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=38158&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

Bodyshop Replacement and Repairs
Reference number:  7F 2020 0339
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

Vehicles operated by the Constabularies that are owned, loaned, hired or sponsored will through the course of their duties sustain accident damage. An effective accident repair service is required to ensure damaged vehicles are repaired cost effectively, in a timely manner and according to relevant repair guidance. This contract will complement the onsite body shops of some of the forces.
II.1.5)

Estimated total value

Value excluding VAT: 2100000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  4
II.2)

Description

II.2.1)

Title

Bodyshop Replacement and Repairs
Lot No:  Lot 1 Essex, Lot 2 Kent,Lot 3 Norfolk , Lot 4 Suffolk
II.2.2)

Additional CPV code(s)

34300000  -  Parts and accessories for vehicles and their engines
34311100  -  Internal-combustion engines for motor vehicles and motorcycles
34312300  -  Vehicle radiators
34328000  -  Test benches, vehicle conversion kits and seat belts
34330000  -  Spare parts for goods vehicles, vans and cars
50110000  -  Repair and maintenance services of motor vehicles and associated equipment
50112110  -  Body-repair services for vehicles
50116200  -  Repair and maintenance services of vehicle brakes and brake parts
50116300  -  Repair and maintenance services of vehicle gearboxes
50116400  -  Repair and maintenance services of vehicle transmissions
50117300  -  Reconditioning services of vehicles
II.2.3)

Place of performance

NUTS code:  UKJ4 -  Kent
NUTS code:  UKH3 -  Essex
NUTS code:  UKH17 -  Breckland and South Norfolk
NUTS code:  UKH16 -  North and West Norfolk
NUTS code:  UKH15 -  Norwich and East Norfolk
NUTS code:  UKH14 -  Suffolk
Main site or place of performance:  
Essex,Kent,Norfolk ,Suffolk
II.2.4)

Description of the procurement

Vehicles operated by the Constabularies that are owned, loaned, hired or sponsored will through the course of their duties sustain accident damage. An effective accident repair service is required to ensure damaged vehicles are repaired cost effectively, in a timely manner and according to relevant repair guidance. This contract will complement the onsite body shops of some of the forces.
Prospective Contractors shall provide a collection, repair and delivery service to Police Forces based in Kent, Essex, Suffolk and Norfolk for Marked, Unmarked, and/or Third-Party damaged vehicles requiring bodywork repair. A maximum of 3 suppliers per Lot.
A framework will enable requirements as different forces come on board. This will be a staged process with forces coming on accessing the framework when their current contracts come to an end. Estimated going live will be Kent in the first instance, followed by Suffolk and Norfolk in Aug/Sept and Essex in June 2022.
Contract outcomes anticipated include;
• Max 3 suppliers per lot
• Easily accessible further competition for the client to be managed by the following criteria each time. 1)Turnaround Time 2) Proximity to Damaged Vehicle.
• Savings initiatives with suppliers throughout life time of contract – e.g. repair instead of replace, cost effective parts
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: 12000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
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:  Criteria as stated in the procurement 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:  12
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:  14/07/2021
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

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  14/07/2021
Local time:  12:00
Place:  
EU Supply

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

The High Court
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000

VI.4.2)

Body responsible for mediation procedures

PDRS
BiP Solutions, Medius 60, Pacific Way
Glasgow
G51 1DZ
UK
Telephone: +44 8452707055

VI.4.4)

Service from which information about the review procedure may be obtained

PDRS
BiP Solutions, Medius 60, Pacific Way
Glasgow
G51 1DZ
UK
Telephone: +44 8452707055