Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority
40 - 50 Wellington House,
Leeds
LS1 2DE
Contact
Bhagy Mistry
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