Section one: Contracting authority
one.1) Name and addresses
Merseyside Police - Procurement Department
Police Headquarters, Canning Place
Liverpool
L1 8JX
Contact
Jason Olsen
jason.olsen@merseyside.police.uk
Telephone
+44 1517771929
Country
United Kingdom
NUTS code
UKD7 - Merseyside
National registration number
N/A
Internet address(es)
Main address
http://www.merseyside.police.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/32215
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=39410&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=39410&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
Merseyside Police Vehicle Accident Repair Service
Reference number
PCC/PD/236
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
The Force has its own ‘in house’ body shop facility. However, this is not capable of handling all the crash damage repairs and therefore, uses the services of outside garages to supplement the ‘in house’ facility.
The Force is seeking to appoint a panel of Contractors to provide motor vehicle body and mechanical repair work for vehicles operated by Merseyside Police.
The Contractors will be able to provide this service anywhere within the Merseyside Police Force area.
The fleet of Merseyside Police Force comprises approximately 920 vehicles of many makes and models and fuel and alternative / new technology power sources. There are just over 600 cars, 230 vans, 50 motorcycles/quad bikes, 9 HGVs and 26 trailers.
two.1.5) Estimated total value
Value excluding VAT: £2,250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50112110 - Body-repair services for vehicles
- 66514110 - Motor vehicle insurance services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
Main site or place of performance
Merseyside
two.2.4) Description of the procurement
The Force has its own ‘in house’ body shop facility. However, this is not capable of handling all the crash damage repairs and therefore, uses the services of outside garages to supplement the ‘in house’ facility.
The Force is seeking to appoint a panel of Contractors to provide motor vehicle body and mechanical repair work for vehicles operated by Merseyside Police.
The Contractors will be able to provide this service anywhere within the Merseyside Police Force area.
The fleet of Merseyside Police Force comprises approximately 920 vehicles of many makes and models and fuel and alternative / new technology power sources. There are just over 600 cars, 230 vans, 50 motorcycles/quad bikes, 9 HGVs and 26 trailers.
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: £2,250,000
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: 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.1.2) 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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 October 2021
Local time
1:00pm
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
7 October 2021
Local time
1:00pm
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
High Court of England and Wales
Royal Court of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
A Formal standstill period has been allowed for within the Procurement timetable