Contract notice

Information

Published

Expire date: 09/08/2024

External Reference: 2024-507831

FTS Reference: 2024-020962

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: Kim Hall
Telephone: +44 01606363334
NUTS code:  UKD -  NORTH WEST (ENGLAND)
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=82948&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

Supply and Installation of Fleet Workshop Cabinets and Tools
Reference number:  CPA/SPU/2111P
II.1.2)

Main CPV code

43800000  -  Workshop equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire (PCC) is looking to appoint a suitably qualified and experienced single Lead Contractor for the Supply and Installation of Cheshire Constabulary (CC) Vehicle Fleet Services (VFS) Workshop Cabinets and Tools. To increase Quality Standards, improve Security, and minimise Health and Safety risks, the PCC intends to install new workstations throughout the workshop. The workstations will have both fitted and mobile storage units, with a complete set of tools for each workstation. The tender opportunity has been constructed to facilitate discreet blocks of work as funding allows. The intention is to award the full programme of work to one successful bidder. The project will commence at Contract Award and complete before end 2024. There is a site visit opportunity Monday 15th July 2024 which must be pre-booked. Full details can be found within the Online ITT – constructed as an online questionnaire with Supporting files in the document folder.
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

39141300  -  Cabinets
44115800  -  Building internal fittings
44510000  -  Tools
44511000  -  Hand tools
44512000  -  Miscellaneous hand tools
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45453100  -  Refurbishment work
II.2.3)

Place of performance

NUTS code:  UKD6 -  Cheshire
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Winsford. CW7 2UA
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire (PCC) is looking to appoint a suitably qualified and experienced single Lead Contractor for the Supply and Installation of Cheshire Constabulary (CC) Vehicle Fleet Services (VFS) Workshop Cabinets and Tools.
CC VFS are responsible for over 750 cars across the Force, servicing and repairing over 20 cars a day. The CC Fleet includes a wide range of vehicles such as boats, riot vans, speed camera vans and motor bikes.
To increase and maintain Quality Standards, improve Security, and minimise Health and Safety risks, the PCC would like to install new workstations throughout the workshop. The workstations will have both fitted and mobile storage units and provide a complete set of tools for each workstation.
There is a finite budget for this programme of work, which may not initially cover the full requirement. The tender opportunity has been constructed to facilitate discreet blocks of work as funding allows. The intention is to award the full programme of work to one successful bidder.
The PCC would expect bids to be significantly below the estimated value included the advert.
It is anticipated that the project will commence at the point of Contract Award and will be completed before the end of 2024.
There will be a site visit opportunity on Monday 15th July 2024. Details of the booking arrangements will be added to the ITT on a broadcast basis and MUST be prebooked.
Full details can be found within the Online ITT – which is constructed as an online questionnaire with Supporting files in the document folder.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Supply & Install of Fleet Workshop Cabinets and Tools  /  Weighting:  40
Quality criterion  -  Name:  Social Value  /  Weighting:  10
Quality criterion  -  Name:  Product Sample Demonstration  /  Weighting:  20
Price  -  Weighting:  30%
II.2.6)

Estimated value

Value excluding VAT: 400000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 17/09/2024  /  End: 31/12/2024
This contract is subject to renewal: yes
Description of renewals:  
There will be the option to extend the contract in increments of 6 months up to December 2026, to allow for a phased approach to the project.
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
II.2.14)

Additional information

The estimated Award Value shown in the advert far surpasses the expected value of the project, and has been inflated to allow for future expansion.

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

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:  09/08/2024
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  09/08/2024
Local time:  11:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK