Tender

Vehicle Maintenance Services

  • South Wales Police

F02: Contract notice

Notice identifier: 2023/S 000-000476

Procurement identifier (OCID): ocds-h6vhtk-0395c3

Published 9 January 2023, 8:39am



Section one: Contracting authority

one.1) Name and addresses

South Wales Police

Cowbridge Road Bridgend

Bridgend

CF31 3SU

Contact

Alyson Howe

Email

alyson.howe@south-wales.police.uk

Country

United Kingdom

NUTS code

UKL17 - Bridgend and Neath Port Talbot

Internet address(es)

Main address

www.south-wales.police.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0583

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

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 Maintenance Services

Reference number

File Ref JCPS0016

two.1.2) Main CPV code

  • 50112200 - Car maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Police and Commissioner for South Wales requires the provision of a Vehicle Maintenance Service to support the current Force service workshop located at Newlands Avenue, Brackla Industrial Estate, Bridgend, CF31 2DA and to reduce vehicle downtime by providing an efficient and cost-effective solution for localised vehicle maintenance requirements.

two.1.5) Estimated total value

Value excluding VAT: £1,300,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

The Contractor shall provide the Services within the boundary of Swansea or Neath Port Talbot area.

Lot No

1

two.2.2) Additional CPV code(s)

  • 50112200 - Car maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL18 - Swansea
  • UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance

Swansea and Neath Port Talbot

two.2.4) Description of the procurement

The Contractor shall be required to carry out any or all of the following Services;

a) Planned collection and delivery

b) Planned service and inspection and repair

c) MOTs for Class 4, 5 and 7 Vehicles only

d) Supply and fit of tyres

e) Vehicle cleaning

f) Emergency call out

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two annual extensions

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

two.2) Description

two.2.1) Title

The Contractor shall provide the Services within boundary of Bridgend, Rhondda Cynon Taff or Merthyr area (“Mid Glam”)

Lot No

2

two.2.2) Additional CPV code(s)

  • 50112200 - Car maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL15 - Central Valleys
Main site or place of performance

Bridgend, Rhondda Cynon Taff, Merthyr

two.2.4) Description of the procurement

The Contractor shall be required to carry out any or all of the following Services;

a) Planned collection and delivery

b) Planned service and inspection and repair

c) MOTs for Class 4, 5 and 7 Vehicles only

d) Supply and fit of tyres

e) Vehicle cleaning

f) Emergency call out

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two annual extensions

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

two.2) Description

two.2.1) Title

The Contractor shall provide the Services within the Cardiff and Vale area (“Cardiff and Vale”)

Lot No

3

two.2.2) Additional CPV code(s)

  • 50112200 - Car maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Cardiff and Vale

two.2.4) Description of the procurement

The Contractor shall be required to carry out any or all of the following Services;

a) Planned collection and delivery

b) Planned service and inspection and repair

c) MOTs for Class 4, 5 and 7 Vehicles only

d) Supply and fit of tyres

e) Vehicle cleaning

f) Emergency call out

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two annual extensions

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As a minimum, Staff shall hold both the following qualifications:

i. NVQ Level 3 Motor Mechanics

ii. F Gas Certification (approved by Department for Environment Food & Rural Affairs – DEFRA) in order to handle fluorinated greenhouse gases (F gases).

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the Contract Specification within the Contract Document.


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

9 February 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.7) Conditions for opening of tenders

Date

9 February 2023

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: August 2025 or August 2027 if both extension periods are taken up

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=127898

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

As detailed within the contract document.

(WA Ref:127898)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom