Tender

Contract for the Provision of an Off-Site Storage Service

  • Police & Crime Commissioner for South Wales

F02: Contract notice

Notice identifier: 2022/S 000-026229

Procurement identifier (OCID): ocds-h6vhtk-036995

Published 20 September 2022, 1:57pm



Section one: Contracting authority

one.1) Name and addresses

Police & Crime Commissioner for South Wales

Police Headquarters, Cowbridge Road

Bridgend

CF31 3SU

Email

Michelle.Richards@south-wales.police.uk

Telephone

+44 1656869409

Country

United Kingdom

NUTS code

UKL17 - Bridgend and Neath Port Talbot

Internet address(es)

Main address

www.south-wales.police.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0583

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

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

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

Contract for the Provision of an Off-Site Storage Service

Reference number

ITT 97059 File JCPS 0343

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Commissioner requires the Contractor to provide a secure off-site storage facility (inclusive of a frozen storage area) (the “Storage Facility”) whereby the Contractor shall ensure that storage for each of the 3 lots below adhere to the recommendations outlined in British Standard PD5454:2012 (or equivalent) which addresses issues relating to preservation, legal compliance, secure storage, retrieval and destruction.

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

Lot 2: Evidence Management Unit storage for South Wales Police

Lot No

2

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL15 - Central Valleys
  • UKL18 - Swansea
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

The Commissioner requires the Contractor to provide a secure off-site storage facility as described in the Tender documents.

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

72

This contract is subject to renewal

Yes

Description of renewals

six annual extensions

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) Description

two.2.1) Title

Lot 3: Disaster Recovery Storage Facility for South Wales Police, Gwent Police and Dyfed Powys Police

Lot No

3

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
  • UKL1 - West Wales and the Valleys
  • UKL14 - South West Wales
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL18 - Swansea
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL24 - Powys
  • UKL21 - Monmouthshire and Newport

two.2.4) Description of the procurement

The Commissioner requires the Contractor to provide a secure off-site storage facility as described in the Tender documents.

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

72

This contract is subject to renewal

Yes

Description of renewals

six annual extensions

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) Description

two.2.1) Title

Lot 1: Major Crime archiving storage for South Wales Police

Lot No

1

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL18 - Swansea
  • UKL15 - Central Valleys
Main site or place of performance

Contractor Premises with Collection from all South Wales Police Force area.

two.2.4) Description of the procurement

The Commissioner requires the Contractor to provide a secure off-site storage facility as described in the Tender documents.

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

72

This contract is subject to renewal

Yes

Description of renewals

six annual extensions

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.1.3) 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: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

A large volume of physical items need transporting and tracking from one supplier to another. Also given that this service may grow during the contract period, making the task even more complex. Therefore a longer time period is required for stability, consistency and cost minimisation.

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

21 October 2022

Local time

12:00pm

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

English, Welsh

four.2.7) Conditions for opening of tenders

Date

21 October 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: If there is a requirement for this ongoing service we will go out to tender again.

six.3) Additional information

All tender documents are available on etenderwales:-

https://etenderwales.bravosolution.co.uk/web/login.shtml

Please search for itt_97059

(WA Ref:124544)

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