Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police & Crime Commissioner for South Wales
Police Headquarters, Cowbridge Road
Bridgend
CF31 3SU
UK
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.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/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
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
Service & Maintenance of the Cell Management System at SWP Bridewells
Reference number: itt_82129
II.1.2) Main CPV code
50610000
II.1.3) Type of contract
Services
II.1.4) Short description
The Police and Crime Commissioner for South Wales has a requirement for the service and maintenance of open protocol cell management systems at Bridgend, Merthyr, Swansea and Cardiff Bay.
Maintenance support will be required 24 hours a day, 365 days a year. Planned and preventative maintenance will also be required.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50610000
II.2.3) Place of performance
NUTS code:
UKL17
UKL15
UKL22
UKL18
Main site or place of performance:
Locations in the South Wales Police Force area - Bridgend, Merthyr Tydfil, Cardiff and Swansea
II.2.4) Description of the procurement
The Police and Crime Commissioner for South Wales has a requirement for the service and maintenance of open protocol cell management systems at Bridgend, Merthyr, Swansea and Cardiff Bay.
Maintenance support will be required 24 hours a day, 365 days a year. Planned and preventative maintenance will also be required.
In order to qualify bidders must have:
either NSI Gold or SSAIB or equivalent;
either ECA or NICEIC or equivalent;
experience of similar maintenance within police custody or prison service.
Further selection criteria is stated within the tender documents.
For suppliers who are interested in tendering, a site visit will be available on 21st September 2021.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/02/2022
End:
31/01/2024
This contract is subject to renewal: Yes
Description of renewals:
Option to extend, annually, until 31st January 2026
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.1.2) 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
Stated within the tender documents
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:
06/10/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
06/10/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Approximately August 2023. There are two optional annual contract extensions, so if contract extensions taken up, approximately August 2024/2025.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=103206
(WA Ref:103206)
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
23/08/2021