Provide Vehicle Recovery Services for West Yorkshire Police
Recovery of all types of vehicles but mainly cars, vans and heavy goods on the instruction of police officers from the highway or other locations.
United Kingdom-Wakefield: Vehicle towing-away services
2015/S 118-214881
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Police and Crime Commissioner for West Yorkshire
Ploughland House, 62 George Street
Contact point(s): www.bluelight.gov.uk
For the attention of: Andy Balmond
WF1 1DL Wakefield
UNITED KINGDOM
Telephone: +44 1924294914
E-mail: procurement@westyorkshire.pnn.police.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/36335
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12579&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12579&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: West Yorkshire.
NUTS code UKE4
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Reasons for the above include: vehicles stolen, abandoned, causing obstruction/danger, collision damaged, uninsured, suspected of being involved in a crime, driver being unlicensed. The service only covers three geographical areas in West Yorkshire. These are area 1, North East Leeds, area 2, Leeds City & Holbeck and area 3, Wakefield and Pontefract.. Further detail is provided within the ITT document.
II.1.6)Common procurement vocabulary (CPV)
50118110, 50118000, 50118100, 50118200, 50118300, 50118400, 50118500
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
1. North East Leeds (approx. 2 000 plus recoveries)
2. Leeds City & Holbeck (1 600 plus recoveries)
3. Wakefield & Pontefract (2 000 plus recoveries)
A map is included in the tender documents identifying the area boundaries.
Estimated value excluding VAT:
Range: between 500 000 and 1 500 000 GBP
II.2.2)Information about options
Description of these options: Bidders can apply for 1, 2 or all areas but must indicate the area or areas they are applying for and sufficiently demonstrate in their submission their ability to service the area, areas they are applying for.
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Legal Services
10-12 Laburnum Road
WF1 2QP Wakefield
UNITED KINGDOM
Telephone: +44 1924292190
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: