Contract notice

Information

Published

Expire date: 18/10/2021

External Reference: 2021-555706

FTS Reference: 2021-023232

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Yorkshire Combined Authority
ZA051694
40 - 50 Wellington House,
Leeds
LS1 2DE
UK
Contact person: Bhagy Mistry
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
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=39594&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

Provision of Collision Repair Services for West Yorkshire Police
Reference number:  2433-2021
II.1.2)

Main CPV code

50110000  -  Repair and maintenance services of motor vehicles and associated equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

The contract will cover the requirements for the purchase of Collision Repair Services for West Yorkshire Police.
The successful provider(s) must have experience and appropriate qualifications in repairing the vehicle makes and models broken down below:
Vehicle Make
Models
Other Information
Peugeot 208, 308, Expert 43% of Fleet.
Mercedes Sprinter 6% of Fleet
Ford Transit Custom, Mondeo, Kuga, Ranger -13% of Fleet
Vauxhall Vivaro, Combo, Movano, Insignia, Astra, Corsa -12% of Fleet
BMW 525,330, X5 -12% of Fleet
Various Cars, Vans and Commercial -14 % of Fleet
West Yorkshire are also including the repair of Third Party Vehicles (when requested by the vehicle owner) where it is determined the Police Force are at fault for the damage.
II.1.5)

Estimated total value

Value excluding VAT: 3600000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34100000  -  Motor vehicles
34114100  -  Emergency vehicles
34144200  -  Vehicles for the emergency services
50100000  -  Repair, maintenance and associated services of vehicles and related equipment
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
Main site or place of performance:  
West Yorkshire, LS1 2DE
II.2.4)

Description of the procurement

West Yorkshire Police are seeking to award a single supplier contract to deliver Collision Repair Services to support the West Yorkshire Police (WYP) Fleet.
To support the operational efficiency of returning vehicles to service in an efficient and sustainable way the service providers repair facility must be located within the West Yorkshire boundary area.
The Contract is primarily for use by WYP, however there may be on occasions the
requirement for South Yorkshire Police (SYP) to also access this contract. SYP has an in house repair facility and may require the services of an external contractor on an adhoc basis.
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: 3600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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.1.1)

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

List and brief description of conditions:  N/A
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  18/10/2021
Local time:  14:00
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:  18/01/2022
IV.2.7)

Conditions for opening of tenders

Date:  18/10/2021
Local time:  14:00

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

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk