Opportunity

Surrey and Sussex Bluelight Accident Repair Framework

  • Office of the Sussex Police & Crime Commissioner

F02: Contract notice

Notice reference: 2021/S 000-000954

Published 18 January 2021, 12:04pm



Section one: Contracting authority

one.1) Name and addresses

Office of the Sussex Police & Crime Commissioner

Sackville House, Brooks Close, Lewes

East Sussex,

BN7 2FZ

Contact

Rob McCarthy

Email

Rob.McCarthy@surrey.pnn.police.uk

Telephone

+44 7976982887

Country

United Kingdom

NUTS code

UKJ - SOUTH EAST (ENGLAND)

National registration number

N/A

Internet address(es)

Main address

www.sussex-pcc.gov.uk

one.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=36264&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36264&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Surrey and Sussex Bluelight Accident Repair Framework

Reference number

JPS497B

two.1.2) Main CPV code

  • 50111000 - Fleet management, repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Framework for the repair of accident damaged vehicles (Under and Over 7.5 Tones) to bluelight authorities across Surrey and Sussex.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Cars and Light Commercial Vehicles up to 7.5 tonnes

Lot No

1

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50112000 - Repair and maintenance services of cars
  • 50112100 - Car repair services
  • 50115000 - Repair and maintenance services of motorcycles
  • 50115100 - Motorcycle repair services

two.2.3) Place of performance

NUTS codes
  • UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance

East Sussex, BN7 2FZ

two.2.4) Description of the procurement

Cars and Light Commercial Vehicles up to 7.5 tonnes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 March 2021

End date

28 February 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 - Heavy Commercial Vehicles over 7.5 tonnes

Lot No

2

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50112000 - Repair and maintenance services of cars
  • 50112100 - Car repair services
  • 50115000 - Repair and maintenance services of motorcycles
  • 50115100 - Motorcycle repair services

two.2.3) Place of performance

NUTS codes
  • UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance

East Sussex, BN7 2FZ

two.2.4) Description of the procurement

Heavy Commercial Vehicles over 7.5 tonnes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 March 2021

End date

28 February 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Bidder must meet the criteria set out in the tender documents and have relevant accreditation in the appropriate field.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 99

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

18 February 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

This framework will be made available to other Bluelight Authorities across Surrey and Sussex as detailed in the tender documents.

six.4) Procedures for review

six.4.1) Review body

Sussex Police and Crime Commissioner

Sackville House, Brooks Close

Lewes

BN7 2FS

Email

pcc@sussex-pcc.gov.uk

Telephone

+44 1273481561

Country

United Kingdom

Internet address

https://www.sussex-pcc.gov.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

This authority will incorporate a standstill period at the point information on the award of the

contract is communicated to tenderers. That notification will provide full

information on the award decision. The standstill period, which will be for a

minimum of 10 calendar days, provides time for unsuccessful tenderers to

challenge the award decision before the contract is entered into.