Contract notice

Information

Published

Expire date: 11/10/2021

External Reference: 2021-564109

FTS Reference: 2021-021496

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Merseyside Police - Procurement Department
N/A
Police Headquarters, Canning Place
Liverpool
L1 8JX
UK
Contact person: Jason Olsen
Telephone: +44 1517771929
NUTS code:  UKD7 -  Merseyside
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=39410&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

Merseyside Police Vehicle Accident Repair Service
Reference number:  PCC/PD/236
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

The Force has its own ‘in house’ body shop facility. However, this is not capable of handling all the crash damage repairs and therefore, uses the services of outside garages to supplement the ‘in house’ facility.
The Force is seeking to appoint a panel of Contractors to provide motor vehicle body and mechanical repair work for vehicles operated by Merseyside Police.
The Contractors will be able to provide this service anywhere within the Merseyside Police Force area.
The fleet of Merseyside Police Force comprises approximately 920 vehicles of many makes and models and fuel and alternative / new technology power sources. There are just over 600 cars, 230 vans, 50 motorcycles/quad bikes, 9 HGVs and 26 trailers.
II.1.5)

Estimated total value

Value excluding VAT: 2250000.00  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
50112110  -  Body-repair services for vehicles
66514110  -  Motor vehicle insurance services
II.2.3)

Place of performance

NUTS code:  UKD7 -  Merseyside
Main site or place of performance:  
Merseyside
II.2.4)

Description of the procurement

The Force has its own ‘in house’ body shop facility. However, this is not capable of handling all the crash damage repairs and therefore, uses the services of outside garages to supplement the ‘in house’ facility.
The Force is seeking to appoint a panel of Contractors to provide motor vehicle body and mechanical repair work for vehicles operated by Merseyside Police.
The Contractors will be able to provide this service anywhere within the Merseyside Police Force area.
The fleet of Merseyside Police Force comprises approximately 920 vehicles of many makes and models and fuel and alternative / new technology power sources. There are just over 600 cars, 230 vans, 50 motorcycles/quad bikes, 9 HGVs and 26 trailers.
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: 2250000.00  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: 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.1.2)

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.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  07/10/2021
Local time:  13:00
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  07/10/2021
Local time:  13:00

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 of England and Wales
Royal Court of Justice, Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
A Formal standstill period has been allowed for within the Procurement timetable