Tender

Vehicle Body Shop Replacement, Repair and Associated Services

  • Warwickshire Police

F02: Contract notice

Notice identifier: 2021/S 000-029762

Procurement identifier (OCID): ocds-h6vhtk-02fbb3

Published 1 December 2021, 8:36am



Section one: Contracting authority

one.1) Name and addresses

Warwickshire Police

PO Box 4, Woodcote Drive, Leek Wootton

Warwickshire

CV35 7QB

Contact

Diane Davies

Email

diane.davies@warwickshire.pnn.police.uk

Telephone

+44 07811844795

Country

United Kingdom

NUTS code

UKG13 - Warwickshire

National registration number

n/a

Internet address(es)

Main address

https://www.warwickshire.police.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/86783

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=40989&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=40989&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 Body Shop Replacement, Repair and Associated Services

Reference number

WP21-0057

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 Police & Crime Commissioner for Warwickshire (the PCC) is to invite tenders for provision of a Vehicle Body Shop Replacement, Repair and Associated Services for Warwickshire Police.

The agreement will be for an initial period of 4 years with the option to extend for up to a further 2 years.

This is an open tender procedure and all expressions of interest or queries must be made via the EU Supply Tendering Portal https://uk.eu-supply.com/login.asp?B=BLUELIGHT

two.1.5) Estimated total value

Value excluding VAT: £740,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 34210000 - Vehicle bodies
  • 34224200 - Parts of other vehicles
  • 34300000 - Parts and accessories for vehicles and their engines
  • 34330000 - Spare parts for goods vehicles, vans and cars
  • 42415320 - Equipment for emergency vehicles
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50111110 - Vehicle-fleet-support services
  • 50112110 - Body-repair services for vehicles
  • 50116200 - Repair and maintenance services of vehicle brakes and brake parts
  • 50116300 - Repair and maintenance services of vehicle gearboxes
  • 50116400 - Repair and maintenance services of vehicle transmissions

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire

two.2.4) Description of the procurement

The Police & Crime Commissioner for Warwickshire (the PCC) is to invite tenders for provision of a Vehicle Body Shop Replacement, Repair and Associated Services for Warwickshire Police. The PCC currently has a fleet of approximately 369 vehicles in Warwickshire which is made up of various makes and models of vehicles, although it is predominantly Vauxhall, Ford, BMW and Volvo.

It is anticipated that the PCC will appoint one Contractor to service the whole of Warwickshire.

This contract is for the provision of a collection, repair and delivery service to Agent (Warwickshire Police Force service provider) for either Marked, Unmarked, Covert, Light Commercial and/or Third Party damaged (damage caused by someone other than the force) vehicles requiring bodywork replacement and or repair.

The Authority is an emergency service and therefore, whilst the quality and cost of repair are important factors, the availability and reduction of downtime following from damage of vehicles is critical.

In appointing a Contractor the Authority seeks to achieve the following:

a) Reduced fleet operating costs;

b) Reduced vehicle downtime;

c) Guaranteed repair work to manufacturers standards;

d) Full use of new technology;

e) Reduce carbon emission (green policy).

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: £740,000

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

Duration in months

48

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: Yes

four.2) Administrative information

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

Date

20 January 2022

Local time

12:00pm

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

20 January 2022

Local time

12:00pm


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 Police & Crime Commissioner for Warwickshire

3 Northgate Street

Warwick

CV34 4SP

Country

United Kingdom