II.1)
Scope of the procurement
Vehicle Collision Repairs
Reference number:
CPA/SPU/2133P
50100000
-
Repair, maintenance and associated services of vehicles and related equipment
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.2.2)
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.
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%
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