Section one: Contracting authority
one.1) Name and addresses
Police & Crime Commissioner for South Wales
Police Headquarters, Cowbridge Road
Bridgend
CF31 3SU
Contact
Matthew Green
matthew.green@south-wales.police.uk
Telephone
+44 1656655555
Country
United Kingdom
NUTS code
UKL17 - Bridgend and Neath Port Talbot
Internet address(es)
Main address
http://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/go/65077564019527AFEA45
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/go/78402911019275F955FF
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Contract for the Provision of Specialist Vehicle Cleaning and Decontamination
Reference number
JCPS0289
two.1.2) Main CPV code
- 90910000 - Cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The Commissioner is seeking a Contractor to provide reactive specialised Cleaning, Disinfection and Sterilisation services of operational police vehicles. These Services will cover the Force geographical area. The requirement will include out of hours delivery to provide a 24/7 coverage.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
- UKL14 - South West Wales
- UKL18 - Swansea
- UKL - Wales
two.2.4) Description of the procurement
The Commissioner requires clean, disinfected and sterilised vehicles as set out in part 4 of this Specification to ensure operational vehicles are available as and when required.
3.2 The Commissioner operates a fleet of 980 vehicles including saloon and estate cars, large vans and detainee transport vehicles. Vehicles may from time to time become contaminated by matters such as bodily fluids, lice, fleas and unwanted odours. Approximately one third of this fleet are operational vehicles and fall within the scope of this Contract; the volume of vehicles in the scope of the Contract is likely to change in certain circumstances such as a pandemic.
3.3 The Service(s) for the removal of any such contaminant in compliance with all relevant statutory regulations and will include but not limited to the following:
- All body fluids, including blood, vomit, urine.
- Faeces.
- Infestations caused by fleas, lice, scabies
- Food
- Graffiti
- Hazardous waste, such as incapacitant spray etc.
The Contractor acknowledges the provision of this Service includes the associated risks such as, but not limited to HIV, Hepatitis A, B, C, influenza, and Covid 19.
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
Start date
1 June 2025
End date
31 May 2028
This contract is subject to renewal
Yes
Description of renewals
With the option to extend annually until 31st May 2030
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.1.2) 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
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
26 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 March 2025
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
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=148399
(WA Ref:148399)
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