Cheshire Constabulary Vehicle Hire Service Contract
Cheshire constabulary has a requirement for the provision of a vehicle hire service.
United Kingdom-Winsford: Motor vehicles
2019/S 074-175577
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
N/A
Headquarters, Clemonds Hey, Oakmere Road
Winsford, Cheshire
CW7 2UA
United Kingdom
Contact person: Laura Edwards
Telephone: +44 1606363853
E-mail: laura.edwards@cheshire.pnn.police.uk
NUTS code: UKD6
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
The Provision of a Vehicle Hire Service
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Cheshire constabulary has a requirement for the provision of a vehicle hire service.
The contract is required to commence 1.6.2019 and will be for a term of 3 years with the option to extend for a further period of 12 months.
The tender is split into lots. Tenderers are invited to tender for all, some or one of the lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Police Headquarters
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Winsford. CW7 2UA
II.2.4)Description of the procurement:
Based in Winsford Cheshire
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
There will be an option to extend the contract for 1 period of 12 months.
II.2.13)Information about European Union funds
II.2.1)Title:
Chester Local Policing Unit
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
CH1 5BD
II.2.4)Description of the procurement:
Covering the geographical area of:
— Chester City,
— Boughton,
— Garden Quarter,
— Dodleston and Huntington and Farndon,
— Great Boughton,
— Handbridge Park,
— Hoole,
— Newton,
— Lache,
— Blacon,
— Saughall and Mollington and Elton,
— Upton,
— Chester Villages,
— Frodsham,
— Helsby,
— Kingsley and Gowy,
— Tarvin and Kelsall,
— Tattenhall and Malpas.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Crewe Local Policing Unit
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
CW1 2DQ
II.2.4)Description of the procurement:
Covering the Geographical area of:
— Crewe South,
— Shavington and Rope,
— Wistaston and Willaston,
— Crewe Central,
— Crewe St Barnabas,
— Crewe West,
— Crewe East,
— Crewe North,
— Sandbach Town,
— Leighton,
— Haslington,
— Alsager,
— Audlem and Wybunbury,
— Bunbury and Wrenbury,
— Nantwich North and West,
— Nantwich South and Stapeley,
— Sandbach Elworth and Brereton Rural,
— Dane Valley,
— Middlewich,
— Sandbach Ettiley Heath and Wheelock and Heath and East.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Ellesemere Port Local Policing Unit
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Covering the geographical area of:
— Ellesmere Port Town,
— Whitby,
— Strawberry and Ledsham and Manor,
— Rossmore,
— Little Neston and Burton,
— Neston and Parkgate,
— Willaston and Thornton and Netherpool,
— St Paul’s,
— Sutton,
— Grange.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Macclesfield Local Policing Unit
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
SK10 1HQ
II.2.4)Description of the procurement:
Covering the geographical area of:
— Congleton East,
— Gawsworth and Chelford,
— Congleton West,
— Macclesfield Hurdsfield,
— Macclesfield Tytherington,
— Bollington,
— Prestbury and Alderley Edge,
— Disley,
— Poynton East and Pott Shrigley,
— Poynton West and Adlington,
— High Legh and Mobberley,
— Knutsford,
— Handforth,
— Wilmslow Dean Row and Lacey Green,
— Wilmslow East,
— Wilmslow West and Chorley,
— Macclesfield Central,
— Macclesfield East and Sutton,
— Macclesfield South,
— Boken Cross and Upton,
— Macclesfield West and Ivy,
— Odd Rode.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Northwich Local Policing Unit
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
CW9 5EP
II.2.4)Description of the procurement:
Covering the geographical area of:
— Marbury,
— Winnington and Castle,
— Weaver and Cuddington,
— Winsford Over and Verdin,
— Winsford Wharton,
— Winsford Swanlow and Dene,
— Tarporley,
— Witton and Rudheath,
— Davenham and Moulton,
— Shakerley,
— Hartford and Greenbank.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Runcorn Local Policing Unit
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
WA7 2HG
II.2.4)Description of the procurement:
Covering the geographical area of:
— Grange,
— Halton Brook,
— Heath and Beechwood,
— Mersey,
— Daresbury and Windmill Hill,
— Halton Castle,
— Halton Lea,
— Norton South,
— Norton North.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Warrington Local Policing Unit
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
WA1 1LQ
II.2.4)Description of the procurement:
Covering the geographical area of:
— Appleton,
— Bewsey and Whitecross,
— Birchwood,
— Burtonwood and Winwick,
— Culcheth, Glazebury and Croft,
— Fairfield and Howley,
— Grappenhall and Thelwall,
— Great Sankey North,
— Great Sankey South,
— Hatton, Stretton and Walton,
— Latchford East,
— Latchford West,
— Lymm,
— Orford,
— Penketh and Cuerdley,
— Poplars and Hulme,
— Poulton North,
— Poulton South,
— Rixton and Woolston,
— Stockton Heath,
— Warrington Town Centre,
— Westbrook,
— Whittle Hall.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Widnes Local Policing Unit
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
WA8 6BE
II.2.4)Description of the procurement:
Covering the geographical area of:
— Appleton,
— Birchfield,
— Broadheath,
— Ditton and Hale,
— Farnworth,
— Halton View,
— Hough Green,
— Kingsway,
— Riverside.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cheshire Police — All Lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Covering the geographical area of all the local policing Units as listed in the previous lots.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As set out in the tender documents.
III.1.2)Economic and financial standing
As set out in the tender documents.
As set out in the tender documents.
III.1.3)Technical and professional ability
As set out in the tender documents.
As set out in the tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Manchester
United Kingdom
VI.5)Date of dispatch of this notice: