Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police and Crime Commissioner for Dyfed-Powys
Police Headquarters, PO Box 99, Llangunnor
Carmarthen
SA31 2PF
UK
Telephone: +44 1267226540
E-mail: faye.ryan@dyfed-powys.pnn.police.uk
NUTS: UKL
Internet address(es)
Main address: http://www.dyfed-powys.police.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0385
I.1) Name and addresses
Police & Crime Commissioner for South Wales
Police Headquarters, Cowbridge Road
Bridgend
CF31 3SU
UK
Telephone: +44 1656869409
E-mail: swp-procurement@south-wales.pnn.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.1) Name and addresses
Police and Crime Commissioner for Gwent
Police Headquarters, Croesyceiliog
Cwmbran
NP44 2XJ
UK
Telephone: +44 1633838111
E-mail: procurement@gwent.pnn.police.uk
NUTS: UKL21
Internet address(es)
Main address: www.gwent.police.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0384
I.2) Joint procurement
The contract involves joint procurement
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
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
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
Fully Managed Vehicle Recovery Service
Reference number: DPP2014
II.1.2) Main CPV code
50118400
II.1.3) Type of contract
Services
II.1.4) Short description
The Police and Crime Commissioners for Dyfed Powys, South Wales and Gwent (the “Commissioner”) require a Contractor to act as a managing agent to provide a Vehicle Recovery Service throughout its geographical area. The Contractor shall provide Operators who shall recover, remove, move and store vehicles as requested by the Commissioner, in accordance with the terms of this Agreement. The successful contractor will be awarded the position of sole Contractor
II.1.5) Estimated total value
Value excluding VAT:
7 597 931.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50118100
50118200
50118500
II.2.3) Place of performance
NUTS code:
UKL1
UKL14
UKL15
UKL16
UKL17
UKL18
UKL2
UKL21
UKL22
UKL24
Main site or place of performance:
Within the Dyfed Powys, South Wales and Gwent Police Force Areas.
II.2.4) Description of the procurement
The Police and Crime Commissioners for Dyfed Powys, South Wales and Gwent (the “Commissioner”) require a Contractor to act as a managing agent to provide a Vehicle Recovery Service throughout its geographical area. The Contractor shall provide Operators who shall recover, remove, move and store vehicles as requested by the Commissioner, in accordance with the terms of this Agreement. The successful contractor will be awarded the position of sole Contractor.
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:
Extension of Framework by 12 months
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 the requirement of the Tender Document
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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
As per the Tender Exercise
III.2.2) Contract performance conditions
As per the tender exercise
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
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:
09/11/2020
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
09/11/2020
Local time: 14:00
Place:
Through etenderwales
Information about authorised persons and opening procedure:
OPCC Opening Committee member and Procurement Representatives.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=104375
(WA Ref:104375)
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
29/09/2020