Tender

Framework for the Provision of Vehicle Service, Maintenance and Mechanical Repair Services

  • South Wales Police

F02: Contract notice

Notice identifier: 2025/S 000-002556

Procurement identifier (OCID): ocds-h6vhtk-04d622

Published 24 January 2025, 2:26pm



Section one: Contracting authority

one.1) Name and addresses

South Wales Police

Cowbridge Road

BRIDGEND

CF313SU

Contact

Alyson Howe

Email

alyson.howe@south-wales.police.uk

Telephone

+44 1656762931-20851

Country

United Kingdom

Region code

UKL - Wales

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://etenderwales.bravosolution.co.uk

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

Framework for the Provision of Vehicle Service, Maintenance and Mechanical Repair Services

Reference number

JCPS0016

two.1.2) Main CPV code

  • 50111000 - Fleet management, repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

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

a) Major Unit repair and replacement and General Vehicle Repairs, but excluding all body work.

b) Vehicle Servicing

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

d) Fitting of tyres and specialist steering alignment, including but not limited to KDS alignment.

e) Vehicle cleaning. This shall not include specialist cleaning.

f) Collection and delivery of both roadworthy and non-road worthy vehicles to be able to carry out any or all of the Services detailed in a) to e). Where the vehicles are not roadworthy then the Contractor shall recover the vehicles with a recovery vehicle.

two.1.5) Estimated total value

Value excluding VAT: £400,000

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

Western - Major Unit Repair and Replacement

Lot No

1

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Contractor premises.

two.2.4) Description of the procurement

Please see Part 2 - Specification Schedule within the Tender Document.

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

One annual extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

two.2) Description

two.2.1) Title

Western - All Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Contractor premises

two.2.4) Description of the procurement

Please refer to Part 2 Specification Schedule within the Tender Document

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

One annual extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

two.2) Description

two.2.1) Title

Mid Glam - Major Unit Repair and Replacement

Lot No

3

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Contractor premises

two.2.4) Description of the procurement

Please refer to Part 2 - Specification Schedule within the Tender Document.

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

One annual extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

two.2) Description

two.2.1) Title

Mid Glam - All Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Contractor premises

two.2.4) Description of the procurement

Please refer to Part 2 - Specification Schedule within the Tender Document

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

One annual extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

two.2) Description

two.2.1) Title

Cardiff Vale - Major Unit Repair and Replacement

Lot No

5

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Contractor premises

two.2.4) Description of the procurement

Please refer to Part 2 - Specification Schedule within the Tender Document

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

One annual extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

two.2) Description

two.2.1) Title

Cardiff Vale - All Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Contractor Premises

two.2.4) Description of the procurement

Please refer to Part 2 - Specification Schedule within the Tender Document.

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

One annual extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

two.2) Description

two.2.1) Title

Gwent - Major Unit Repair and Replacement

Lot No

7

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Contractor premises

two.2.4) Description of the procurement

Please refer to Part 2 _ Specification Schedule within the Tender Document

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

One annual extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

two.2) Description

two.2.1) Title

Gwent - All Services

Lot No

8

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Contractor Premises

two.2.4) Description of the procurement

Please refer to Part 2 - Specification Schedule within the Tender Document.

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

One annual extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.


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

4.1 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

Please refer to Part 2 - Specification of the Tender Document


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

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

24 February 2025

Local time

12:00pm

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

Welsh, English

four.2.7) Conditions for opening of tenders

Date

24 February 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom