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
Telephone
+44 01606363334
Country
United Kingdom
Region code
UKD - North West (England)
National registration number
N/A
Internet address(es)
Main address
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