Tender

Bodyshop Replacement and Repairs

  • 7 Forces Procurement

F02: Contract notice

Notice identifier: 2021/S 000-014013

Procurement identifier (OCID): ocds-h6vhtk-02be30

Published 21 June 2021, 12:06pm



Section one: Contracting authority

one.1) Name and addresses

7 Forces Procurement

Police Headquarters, Martlesham Heath

Ipswich

IP5 3QS

Contact

Andrea Weed

Email

andrea.weed@suffolk.pnn.police.uk

Telephone

+44 01473613693

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

http://www.suffolk.police.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=38158&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=38158&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

Bodyshop Replacement and Repairs

Reference number

7F 2020 0339

two.1.2) Main CPV code

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Vehicles operated by the Constabularies that are owned, loaned, hired or sponsored will through the course of their duties sustain accident damage. An effective accident repair service is required to ensure damaged vehicles are repaired cost effectively, in a timely manner and according to relevant repair guidance. This contract will complement the onsite body shops of some of the forces.

two.1.5) Estimated total value

Value excluding VAT: £2,100,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Bodyshop Replacement and Repairs

Lot No

Lot 1 Essex, Lot 2 Kent,Lot 3 Norfolk , Lot 4 Suffolk

two.2.2) Additional CPV code(s)

  • 34300000 - Parts and accessories for vehicles and their engines
  • 34311100 - Internal-combustion engines for motor vehicles and motorcycles
  • 34312300 - Vehicle radiators
  • 34328000 - Test benches, vehicle conversion kits and seat belts
  • 34330000 - Spare parts for goods vehicles, vans and cars
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50112110 - Body-repair services for vehicles
  • 50116200 - Repair and maintenance services of vehicle brakes and brake parts
  • 50116300 - Repair and maintenance services of vehicle gearboxes
  • 50116400 - Repair and maintenance services of vehicle transmissions
  • 50117300 - Reconditioning services of vehicles

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
  • UKH3 - Essex
  • UKH17 - Breckland and South Norfolk
  • UKH16 - North and West Norfolk
  • UKH15 - Norwich and East Norfolk
  • UKH14 - Suffolk
Main site or place of performance

Essex,Kent,Norfolk ,Suffolk

two.2.4) Description of the procurement

Vehicles operated by the Constabularies that are owned, loaned, hired or sponsored will through the course of their duties sustain accident damage. An effective accident repair service is required to ensure damaged vehicles are repaired cost effectively, in a timely manner and according to relevant repair guidance. This contract will complement the onsite body shops of some of the forces.

Prospective Contractors shall provide a collection, repair and delivery service to Police Forces based in Kent, Essex, Suffolk and Norfolk for Marked, Unmarked, and/or Third-Party damaged vehicles requiring bodywork repair. A maximum of 3 suppliers per Lot.

A framework will enable requirements as different forces come on board. This will be a staged process with forces coming on accessing the framework when their current contracts come to an end. Estimated going live will be Kent in the first instance, followed by Suffolk and Norfolk in Aug/Sept and Essex in June 2022.

Contract outcomes anticipated include;

• Max 3 suppliers per lot

• Easily accessible further competition for the client to be managed by the following criteria each time. 1)Turnaround Time 2) Proximity to Damaged Vehicle.

• Savings initiatives with suppliers throughout life time of contract – e.g. repair instead of replace, cost effective parts

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: £12,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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

Criteria as stated in the procurement documents

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: 12

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

14 July 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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 July 2021

Local time

12:00pm

Place

EU Supply


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

PDRS

BiP Solutions, Medius 60, Pacific Way

Glasgow

G51 1DZ

Telephone

+44 8452707055

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

PDRS

BiP Solutions, Medius 60, Pacific Way

Glasgow

G51 1DZ

Telephone

+44 8452707055

Country

United Kingdom