- Scope of the procurement
- Lot 1. The Contractor shall provide the Services within the boundary of Swansea or Neath Port Talbot area.
- Lot 2. The Contractor shall provide the Services within boundary of Bridgend, Rhondda Cynon Taff or Merthyr area (“Mid Glam”)
- Lot 3. The Contractor shall provide the Services within the Cardiff and Vale area (“Cardiff and Vale”)
Section one: Contracting authority
one.1) Name and addresses
South Wales Police
Cowbridge Road Bridgend
Bridgend
CF31 3SU
Contact
Alyson Howe
alyson.howe@south-wales.police.uk
Country
United Kingdom
NUTS code
UKL17 - Bridgend and Neath Port Talbot
Internet address(es)
Main address
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