Tender

Supply and Installation of Fleet Workshop Cabinets and Tools

  • Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

F02: Contract notice

Notice identifier: 2024/S 000-020962

Procurement identifier (OCID): ocds-h6vhtk-047c07

Published 9 July 2024, 4:19pm



Section one: Contracting authority

one.1) Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

Headquarters, Clemonds Hey, Oakmere Road,

Winsford, Cheshire

CW7 2UA

Contact

Kim Hall

Email

Kim.Hall@cheshire.police.uk

Telephone

+44 01606363334

Country

United Kingdom

Region code

UKD - North West (England)

National registration number

N/A

Internet address(es)

Main address

http://www.cheshire.police.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132

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=82948&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=82948&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

Supply and Installation of Fleet Workshop Cabinets and Tools

Reference number

CPA/SPU/2111P

two.1.2) Main CPV code

  • 43800000 - Workshop equipment

two.1.3) Type of contract

Supplies

two.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.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.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

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
  • UKD - North West (England)
  • UK - United Kingdom
Main site or place of performance

Winsford. CW7 2UA

two.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.

two.2.5) Award criteria

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%

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Start date

17 September 2024

End date

31 December 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.

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.2.14) 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 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

As set out in the tender documents

three.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

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

9 August 2024

Local time

11:00am

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

9 August 2024

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

Manchester

Country

United Kingdom