Section one: Contracting authority
one.1) Name and addresses
CWM Environmental Ltd
Head Office, Nantycaws Recycling Centre
Carmarthen
SA32 8BG
Contact
Steve Everett
steve.everett@cwmenvironmental.co.uk
Telephone
+44 1267225520
Country
United Kingdom
NUTS code
UKL14 - South West Wales
Internet address(es)
Main address
http://www.cwmenvironmental.co.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA74219
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/web/login.shtml
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/web/login.shtml
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tyre Supply & Ancillary Services
Reference number
ITT_92943
two.1.2) Main CPV code
- 50116500 - Tyre repair services, including fitting and balancing
two.1.3) Type of contract
Services
two.1.4) Short description
In order to undertake its businesses effectively and efficiently, CWM Environmental Ltd requires a reliable contractor to supply Tyre supply and ancillary services
two.1.5) Estimated total value
Value excluding VAT: £180,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50116500 - Tyre repair services, including fitting and balancing
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
Main site or place of performance
CWM Environmental Ltd.’s operating area of Carmarthenshire, Pembrokeshire, Ceredigion, Swansea, Neath & Port Talbot and mobile off-site
two.2.4) Description of the procurement
A 3 Year Contract to supply tyres and the associated fitting, repairs and balancing services to its fleet of vehicles.
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
No
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 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
18 April 2022
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 April 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=118553.
(WA Ref:118553)
The buyer considers that this contract is suitable for consortia.
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