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.

02 Contract Notice

Vehicle Maintenance Services

  • First published: 09 January 2023
  • Last modified: 23 October 2023

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-127898
Published by:
Police & Crime Commissioner for South Wales
Authority ID:
AA0583
Publication date:
09 January 2023
Deadline date:
22 October 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

The Police and Commissioner for South Wales requires the provision of a Vehicle Maintenance Service to support the current Force service workshop located at Newlands Avenue, Brackla Industrial Estate, Bridgend, CF31 2DA and to reduce vehicle downtime by providing an efficient and cost-effective solution for localised vehicle maintenance requirements. CPV: 50112200, 50112200, 50112200, 50112200.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

South Wales Police

Cowbridge Road Bridgend

Bridgend

CF31 3SU

UK

Contact person: Alyson Howe

E-mail: alyson.howe@south-wales.police.uk

NUTS: UKL17

Internet address(es)

Main address: www.south-wales.police.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0583

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Vehicle Maintenance Services

Reference number: File Ref JCPS0016

II.1.2) Main CPV code

50112200

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Police and Commissioner for South Wales requires the provision of a Vehicle Maintenance Service to support the current Force service workshop located at Newlands Avenue, Brackla Industrial Estate, Bridgend, CF31 2DA and to reduce vehicle downtime by providing an efficient and cost-effective solution for localised vehicle maintenance requirements.

II.1.5) Estimated total value

Value excluding VAT: 1 300 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

The Contractor shall provide the Services within the boundary of Swansea or Neath Port Talbot area.

II.2.2) Additional CPV code(s)

50112200

II.2.3) Place of performance

NUTS code:

UKL18

UKL17


Main site or place of performance:

Swansea and Neath Port Talbot

II.2.4) Description of the procurement

The Contractor shall be required to carry out any or all of the following Services;

a) Planned collection and delivery

b) Planned service and inspection and repair

c) MOTs for Class 4, 5 and 7 Vehicles only

d) Supply and fit of tyres

e) Vehicle cleaning

f) Emergency call out

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Two annual extensions

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

The Contractor shall provide the Services within boundary of Bridgend, Rhondda Cynon Taff or Merthyr area (“Mid Glam”)

II.2.2) Additional CPV code(s)

50112200

II.2.3) Place of performance

NUTS code:

UKL17

UKL15


Main site or place of performance:

Bridgend, Rhondda Cynon Taff, Merthyr

II.2.4) Description of the procurement

The Contractor shall be required to carry out any or all of the following Services;

a) Planned collection and delivery

b) Planned service and inspection and repair

c) MOTs for Class 4, 5 and 7 Vehicles only

d) Supply and fit of tyres

e) Vehicle cleaning

f) Emergency call out

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Two annual extensions

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

The Contractor shall provide the Services within the Cardiff and Vale area (“Cardiff and Vale”)

II.2.2) Additional CPV code(s)

50112200

II.2.3) Place of performance

NUTS code:

UKL22


Main site or place of performance:

Cardiff and Vale

II.2.4) Description of the procurement

The Contractor shall be required to carry out any or all of the following Services;

a) Planned collection and delivery

b) Planned service and inspection and repair

c) MOTs for Class 4, 5 and 7 Vehicles only

d) Supply and fit of tyres

e) Vehicle cleaning

f) Emergency call out

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Two annual extensions

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As a minimum, Staff shall hold both the following qualifications:

i. NVQ Level 3 Motor Mechanics

ii. F Gas Certification (approved by Department for Environment Food & Rural Affairs – DEFRA) in order to handle fluorinated greenhouse gases (F gases).

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As detailed in the Contract Specification within the Contract Document.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 09/02/2023

Local time: 12:00

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

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 09/02/2023

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

August 2025 or August 2027 if both extension periods are taken up

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

VI.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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=127898

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:

As detailed within the contract document.

(WA Ref:127898)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

09/01/2023

Coding

Commodity categories

ID Title Parent category
50112200 Car maintenance services Repair and maintenance services of cars

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:
09 January 2023
Deadline date:
22 October 2023 00:00
Notice type:
02 Contract Notice
Authority name:
Police & Crime Commissioner for South Wales
Publication date:
23 October 2023
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
Police & Crime Commissioner for South Wales

About the buyer

Main contact:
alyson.howe@south-wales.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
23/10/2023 15:28
Notice Cancelled
This notice has been cancelled. The original deadline date of 09/02/2023 is no longer applicable.

In accordance with the broadcast message sent 16.8.23 this tender process has been cancelled. Please see a copy of the message below.
During the evaluation and due diligence phase of the tender bids, it became apparent that the scope of the contract Specification was not completely clear. For this reason we will have to abandon the process at this stage and commence work to rectify the Specification and wider tender documents.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.