Contract notice

Information

Published

Expire date: 18/09/2023

External Reference: 2023-515942

FTS Reference: 2023-023983

Contract notice

Contract notice

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
NUTS code:  UKD6 -  Cheshire
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=71820&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

Vehicle Collision Repairs
Reference number:  CPA/SPU/2133P
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 Provision of Vehicle Collision Repair Services is required from Automotive Bodyshops who are certified to Vehicle Damage Repair Kitemark BS10125. The requirement will be to provide Vehicle Collision Repair services covering cars, light vehicles e.g. vans, heavy vehicles and motorcycles. The Automotive Bodyshop will also be responsible for having recovery vehicles to collect/deliver from/to Police HQ or other locations within Cheshire Constabulary area. The Automotive Bodyshop will also need to be able to attend Police HQ to undertake inspections of vehicles for production of repair estimates.
The Automotive Bodyshop providing the Vehicle Collision Repair Service will need to work with the Constabulary’s Fleet Services Unit to return vehicles to the road and operational use in an efficient and cost effective manner.
The Contractor will be required to repair /replace Police Vehicle Livery and hold relevant accreditation (where required) to achieve warranty status.
II.1.5)

Estimated total value

Value excluding VAT: 2500000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50112000  -  Repair and maintenance services of cars
50114000  -  Repair and maintenance services of trucks
50115000  -  Repair and maintenance services of motorcycles
50116000  -  Maintenance and repair services related to specific parts of vehicles
II.2.3)

Place of performance

NUTS code:  UKD6 -  Cheshire
Main site or place of performance:  
Winsford. CW7 2UA
II.2.4)

Description of the procurement

The Provision of Vehicle Collision Repair Services is required from Automotive Bodyshops who are certified to Vehicle Damage Repair Kitemark BS10125. The requirement will be to provide Vehicle Collision Repair services covering cars, light vehicles e.g. vans, heavy vehicles and motorcycles. The Automotive Bodyshop will also be responsible for having recovery vehicles to collect/deliver from/to Police HQ or other locations within Cheshire Constabulary area. The Automotive Bodyshop will also need to be able to attend Police HQ to undertake inspections of vehicles for production of repair estimates.
Vehicles owned, hired or leased by Cheshire Constabulary are involved in excess of 320 vehicle related collisions, incidents and cases of criminal damage each year. Occasionally there may be up to 20 vehicles per week requiring collision or other body repair services, on average most weeks it is much lower (est 5 vehicles per week). Automotive Bodyshops will need to demonstrate the capacity to deal with the anticipated volume of repairs and to cope with fluctuations in demand.
The Automotive Bodyshop providing the Vehicle Collision Repair Service will need to work with the Constabulary’s Fleet Services Unit to return vehicles to the road and operational use in an efficient and cost effective manner.
The Contractor will be required to repair /replace Police Vehicle Livery and hold relevant accreditation (where required) to achieve warranty status.
The initial contract period is from 1 November 2023 to 31 October 2026. There will be an option to extend to 31 October 2029 in increments of not less than 6 months. The value shown in the notice is an estimate for the full 6-year period.
Full details can be found within the Online ITT on https://bluelight.eu-supply.com.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Section 1 - Vehicle Repair Procedure (individual question weightings in ITT)  /  Weighting:  15%
Quality criterion  -  Name:  Section 2 – Site Security (individual question weightings in ITT)  /  Weighting:  15%
Quality criterion  -  Name:  Section 3 – Technical Repair Levels (individual question weightings in ITT)  /  Weighting:  20%
Quality criterion  -  Name:  Section 4 - Social Value  /  Weighting:  10%
Cost criterion  -  Name:  Price Section 1 - Labour  /  Weighting:  20%
Cost criterion  -  Name:  Price Section 2 Parts (individual question weightings in ITT)  /  Weighting:  10%
Cost criterion  -  Name:  Price Section 3 - Green/Recycled/Non-OEM Parts  /  Weighting:  10%
II.2.6)

Estimated value

Value excluding VAT: 2500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/11/2023  /  End: 31/10/2026
This contract is subject to renewal: yes
Description of renewals:  
There will be the option to extend to 31 October 2029 in increments of not less than 6 months
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There will be the option to extend to 31 October 2029 in increments of not less than 6 months
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:  As set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
Automotive Bodyshops are required to be certified to Vehicle Damage Repair Kitemark BS10125
III.2.2)

Contract performance conditions

As set out in the 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:  18/09/2023
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:  18/09/2023
Local time:  11:00
Place:  
Online - E-Tendering System

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