Section one: Contracting authority
one.1) Name and addresses
7 Forces Procurement
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
Contact
Andrea Weed
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
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