Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of a Fully Managed Vehicle Recovery Scheme

  • First published: 19 January 2015
  • Last modified: 19 January 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-020912
Published by:
Police & Crime Commissioner for South Wales
Authority ID:
AA0583
Publication date:
19 January 2015
Deadline date:
02 March 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Police and Crime Commissioner for South Wales invites suitably qualified organisations to tender for a contract for the provision of a Fully Managed Vehicle Recovery Scheme, requiring a 24 hour service, 365 days of the year, throughout the South Wales Police geographical area. The Contractor shall be responsible for providing suitable resources to achieve a fast, efficient recovery from the scene. The Contractor shall provide sufficient Recovery Operators to be able to attend the scene of a recovery anywhere in the Force area within 30 minutes of being notified unless there are exceptional circumstances causing a delay, e.g. severe weather conditions. The Contractor shall ensure the appointed Recovery Operators carry out the requirements of the Scheme, in full compliance with the specification and Contract terms and conditions. CPV: 50118400, 50118000, 50118110.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Police & Crime Commissioner for South Wales

Police Headquarters, Cowbridge Road

Bridgend

CF31 3SU

UK

Procurement Department

+44 1656655555



www.south-wales.police.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0583

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Provision of a Fully Managed Vehicle Recovery Scheme

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

Main site or location of works, place of delivery or performance

Coverage of the entire South Wales Police force area



UKL

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Police and Crime Commissioner for South Wales invites suitably qualified organisations to tender for a contract for the provision of a Fully Managed Vehicle Recovery Scheme, requiring a 24 hour service, 365 days of the year, throughout the South Wales Police geographical area.

The Contractor shall be responsible for providing suitable resources to achieve a fast, efficient recovery from the scene.

The Contractor shall provide sufficient Recovery Operators to be able to attend the scene of a recovery anywhere in the Force area within 30 minutes of being notified unless there are exceptional circumstances causing a delay, e.g. severe weather conditions.

The Contractor shall ensure the appointed Recovery Operators carry out the requirements of the Scheme, in full compliance with the specification and Contract terms and conditions.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=20912

II.1.6)

Common Procurement Vocabulary (CPV)

50118400
50118000
50118110

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

In 2014 there were 8,382 recoveries of light vehicles and 66 recoveries of heavy vehicles. Please note, these figures should not be used as an indication of future requirements.

II.2.2)

Options

This Agreement will be for three years with the option to extend for a further one year.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

A parent company guarantee may be required if a parent company exists.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Details of financing and payment required by the Contracting Authority will be set out in the Tender Document.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

Details of any particular conditions required by the Contracting Authority will be set out in the Tender Document.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Details of any conditions required by the Contracting Authority will be set out in the Tender Documents.

III.2.2)

Economic and financial capacity


Details of any conditions required by the Contracting Authority will be set out in the Tender Documents.




III.2.3)

Technical capacity


Details of any technical capacity required by the Contracting Authority will be set out in the Tender Documents.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

itt_44419

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 02-03-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


Early 2018, or if the contract is extended early 2019

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:20912)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 19-01-2015

Coding

Commodity categories

ID Title Parent category
50118000 Automobile emergency road services Repair and maintenance services of motor vehicles and associated equipment
50118400 Breakdown and recovery services for motor vehicles Automobile emergency road services
50118110 Vehicle towing-away services Automobile emergency road services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
19 January 2015
Deadline date:
02 March 2015 00:00
Notice type:
Contract Notice
Authority name:
Police & Crime Commissioner for South Wales
Publication date:
11 May 2015
Notice type:
Contract Award Notice
Authority name:
Police & Crime Commissioner for South Wales

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.