Tender

Provision of Collision Repair Services for West Yorkshire Police

  • West Yorkshire Combined Authority

F02: Contract notice

Notice identifier: 2021/S 000-023232

Procurement identifier (OCID): ocds-h6vhtk-02e233

Published 17 September 2021, 4:38pm



Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

40 - 50 Wellington House,

Leeds

LS1 2DE

Contact

Bhagy Mistry

Email

Bhagy.Mistry@southyorks.pnn.police.uk

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

National registration number

ZA051694

Internet address(es)

Main address

https://www.westyorkshire.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=39594&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=39594&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

Provision of Collision Repair Services for West Yorkshire Police

Reference number

2433-2021

two.1.2) Main CPV code

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The contract will cover the requirements for the purchase of Collision Repair Services for West Yorkshire Police.

The successful provider(s) must have experience and appropriate qualifications in repairing the vehicle makes and models broken down below:

Vehicle Make

Models

Other Information

Peugeot 208, 308, Expert 43% of Fleet.

Mercedes Sprinter 6% of Fleet

Ford Transit Custom, Mondeo, Kuga, Ranger -13% of Fleet

Vauxhall Vivaro, Combo, Movano, Insignia, Astra, Corsa -12% of Fleet

BMW 525,330, X5 -12% of Fleet

Various Cars, Vans and Commercial -14 % of Fleet

West Yorkshire are also including the repair of Third Party Vehicles (when requested by the vehicle owner) where it is determined the Police Force are at fault for the damage.

two.1.5) Estimated total value

Value excluding VAT: £3,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34114100 - Emergency vehicles
  • 34144200 - Vehicles for the emergency services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire
Main site or place of performance

West Yorkshire, LS1 2DE

two.2.4) Description of the procurement

West Yorkshire Police are seeking to award a single supplier contract to deliver Collision Repair Services to support the West Yorkshire Police (WYP) Fleet.

To support the operational efficiency of returning vehicles to service in an efficient and sustainable way the service providers repair facility must be located within the West Yorkshire boundary area.

The Contract is primarily for use by WYP, however there may be on occasions the

requirement for South Yorkshire Police (SYP) to also access this contract. SYP has an in house repair facility and may require the services of an external contractor on an adhoc basis.

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: £3,600,000

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

Duration in months

36

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

N/A

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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 October 2021

Local time

2:00pm

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

Tender must be valid until: 18 January 2022

four.2.7) Conditions for opening of tenders

Date

18 October 2021

Local time

2:00pm


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

The High Court of England and Wales

7 Rools Buildings, Fetter Lane

London

EC4A 1NL

Country

United Kingdom

Internet address

http://www.judiciary.gov.uk