Tender

Fleet Vehicle Servicing, Repair and Maintenance

  • CWM Environmental Ltd

F02: Contract notice

Notice identifier: 2021/S 000-011953

Procurement identifier (OCID): ocds-h6vhtk-02b623

Published 28 May 2021, 10:54am



Section one: Contracting authority

one.1) Name and addresses

CWM Environmental Ltd

Head Office, Nantycaws Recycling Centre

Carmarthen

SA32 8BG

Contact

Iain Mackintosh

Email

iain@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/home.html

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/home.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/home.html

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

Fleet Vehicle Servicing, Repair and Maintenance

Reference number

ITT Code: itt_87424

two.1.2) Main CPV code

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.1.3) Type of contract

Services

two.1.4) Short description

CWM Environmental Ltd. requires a value for money, reliable contractor to undertake servicing, repairs and maintenance for its fleet vehicles and trailers (“Services”). The Services will include all servicing, brake testing, repairs, breakdown service, Ministry of Transport (“MOT”) certification and Tachograph inspection/calibration for a full 2-years plus the possibility (at CWM Environmental Ltd.'s. discretion) of an additional 1-year.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services
  • 50114000 - Repair and maintenance services of trucks
  • 50116000 - Maintenance and repair services related to specific parts of vehicles

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
Main site or place of performance

Within a 25-mile radius of CWM Environmental Ltd.'s. Main Site:

CWM Environmental Ltd.

Nantycaws Recycling Centre

Llanddarog RD

Nantycaws

Carmarthen

Carmarthenshire

SA32 8BG

two.2.4) Description of the procurement

CWM Environmental Ltd. requires a value for money, reliable contractor to undertake servicing, repairs and maintenance for its fleet vehicles and trailers (“Services”). The Services will include all servicing, brake testing, repairs, breakdown service, Ministry of Transport (“MOT”) certification and Tachograph inspection/calibration for a full 2-years plus the possibility (at CWM Environmental Ltd.'s discretion) of an additional 1-year.

two.2.5) Award criteria

Quality criterion - Name: Servicing / Weighting: 8%

Quality criterion - Name: MOT Pass Rate / Weighting: 8%

Quality criterion - Name: Sourcing & Installation of Parts / Weighting: 8%

Quality criterion - Name: Brake testing & Tachograph Inspection / Weighting: 8%

Quality criterion - Name: Breakdown Service / Weighting: 6%

Quality criterion - Name: Community Benefits / Weighting: 2%

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Possibility of 1 Year Extension

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.2.14) Additional information

Please refer to Invitation To Tender and Specification for further information.


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

2 July 2021

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

2 July 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: May 2025

six.3) Additional information

To assist you in locating these opportunities on the BRAVO E Procurement System the project code is: project_47286

As this is an Open procedure, Tenderers must ensure that all ITT questions are fully responded to. The following ITT Project codes may

further assist you in locating the opportunity:

ITT Code: itt_87424

Please also ensure you check the Attachments area for any documents/ information which may assist you with your submission or for those you are required to upload as part of your submission as per information contained within the tender pack.

Suppliers Instructions How to express interest in this Tender:

1. Register your company on the etenderwales portal (this is only required once)

- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

- Click the "Suppliers register here" link

- Enter your correct business and user details

- Note the username you chose and click "Save" when complete

- You will shortly receive an email with your unique password (please keep this secure)

- Agree to the terms and conditions and click "continue"

2. Express an Interest in the Project

- Login to the portal with the username/password

- Click the "ITTs Open to All Suppliers" link. (These are Invitation to Tender Documents open to any registered supplier)

- Click on the relevant ITT to access the content.

- Click the "Express Interest" button at the top of the screen

- This will move the ITT into your "My ITTs" page. (This is a secure area reserved for your projects only)

- Click on the ITT code, you can now access any attachments by clicking the ''''Buyer Attachments" on the left hand side of the screen

3. Responding to the tender

- At the top of the screen you can choose to Create Response or Decline to Respond (please give a reason if declining)

- You can now use the Messages function on to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the ITT

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon - Fri (8am - 6pm) on:

- email: help@bravosolution.co.uk

- Phone: 0800 368 4850/ Fax: 020 7080 0480

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=110897

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:

Tenderer will contribute to community benefits through its local employment and training policies.

(WA Ref:110897)

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