- Scope of the procurement
- Lot 1. Western - Major Unit Repair and Replacement
- Lot 2. Western - All Services
- Lot 3. Mid Glam - Major Unit Repair and Replacement
- Lot 4. Mid Glam - All Services
- Lot 5. Cardiff Vale - Major Unit Repair and Replacement
- Lot 6. Cardiff Vale - All Services
- Lot 7. Gwent - Major Unit Repair and Replacement
- Lot 8. Gwent - All Services
Section one: Contracting authority
one.1) Name and addresses
South Wales Police
Cowbridge Road
BRIDGEND
CF313SU
Contact
Alyson Howe
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