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
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
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