Tender

Vehicle Collision Repairs

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

F02: Contract notice

Notice identifier: 2023/S 000-023983

Procurement identifier (OCID): ocds-h6vhtk-03f02e

Published 16 August 2023, 10:21am



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

Helen Elliott

Email

helen.elliott@cheshire.police.uk

Telephone

+44 1606362063

Country

United Kingdom

Region code

UKD6 - Cheshire

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=71820&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=71820&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

Vehicle Collision Repairs

Reference number

CPA/SPU/2133P

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 Provision of Vehicle Collision Repair Services is required from Automotive Bodyshops who are certified to Vehicle Damage Repair Kitemark BS10125. The requirement will be to provide Vehicle Collision Repair services covering cars, light vehicles e.g. vans, heavy vehicles and motorcycles. The Automotive Bodyshop will also be responsible for having recovery vehicles to collect/deliver from/to Police HQ or other locations within Cheshire Constabulary area. The Automotive Bodyshop will also need to be able to attend Police HQ to undertake inspections of vehicles for production of repair estimates.

The Automotive Bodyshop providing the Vehicle Collision Repair Service will need to work with the Constabulary’s Fleet Services Unit to return vehicles to the road and operational use in an efficient and cost effective manner.

The Contractor will be required to repair /replace Police Vehicle Livery and hold relevant accreditation (where required) to achieve warranty status.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50112000 - Repair and maintenance services of cars
  • 50114000 - Repair and maintenance services of trucks
  • 50115000 - Repair and maintenance services of motorcycles
  • 50116000 - Maintenance and repair services related to specific parts of vehicles

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
Main site or place of performance

Winsford. CW7 2UA

two.2.4) Description of the procurement

The Provision of Vehicle Collision Repair Services is required from Automotive Bodyshops who are certified to Vehicle Damage Repair Kitemark BS10125. The requirement will be to provide Vehicle Collision Repair services covering cars, light vehicles e.g. vans, heavy vehicles and motorcycles. The Automotive Bodyshop will also be responsible for having recovery vehicles to collect/deliver from/to Police HQ or other locations within Cheshire Constabulary area. The Automotive Bodyshop will also need to be able to attend Police HQ to undertake inspections of vehicles for production of repair estimates.

Vehicles owned, hired or leased by Cheshire Constabulary are involved in excess of 320 vehicle related collisions, incidents and cases of criminal damage each year. Occasionally there may be up to 20 vehicles per week requiring collision or other body repair services, on average most weeks it is much lower (est 5 vehicles per week). Automotive Bodyshops will need to demonstrate the capacity to deal with the anticipated volume of repairs and to cope with fluctuations in demand.

The Automotive Bodyshop providing the Vehicle Collision Repair Service will need to work with the Constabulary’s Fleet Services Unit to return vehicles to the road and operational use in an efficient and cost effective manner.

The Contractor will be required to repair /replace Police Vehicle Livery and hold relevant accreditation (where required) to achieve warranty status.

The initial contract period is from 1 November 2023 to 31 October 2026. There will be an option to extend to 31 October 2029 in increments of not less than 6 months. The value shown in the notice is an estimate for the full 6-year period.

Full details can be found within the Online ITT on https://bluelight.eu-supply.com.

two.2.5) Award criteria

Quality criterion - Name: Section 1 - Vehicle Repair Procedure (individual question weightings in ITT) / Weighting: 15%

Quality criterion - Name: Section 2 – Site Security (individual question weightings in ITT) / Weighting: 15%

Quality criterion - Name: Section 3 – Technical Repair Levels (individual question weightings in ITT) / Weighting: 20%

Quality criterion - Name: Section 4 - Social Value / Weighting: 10%

Cost criterion - Name: Price Section 1 - Labour / Weighting: 20%

Cost criterion - Name: Price Section 2 Parts (individual question weightings in ITT) / Weighting: 10%

Cost criterion - Name: Price Section 3 - Green/Recycled/Non-OEM Parts / Weighting: 10%

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Start date

1 November 2023

End date

31 October 2026

This contract is subject to renewal

Yes

Description of renewals

There will be the option to extend to 31 October 2029 in increments of not less than 6 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There will be the option to extend to 31 October 2029 in increments of not less than 6 months

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

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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Automotive Bodyshops are required to be certified to Vehicle Damage Repair Kitemark BS10125

three.2.2) Contract performance conditions

As set out in the Tender

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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 September 2023

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 September 2023

Local time

11:00am

Place

Online - E-Tendering System


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

Manchester

Country

United Kingdom