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.police.uk
  
            NUTS: UKL17
  Internet address(es)
  
              Main address: https://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 Dyfed-Powys
  Police Headquarters, PO Box 99, Llangunnor
  Carmarthen
  SA31 2PF
  UK
  
            E-mail: swp-procurement@south-wales.police.uk
  
            NUTS: UKL1
  Internet address(es)
  
              Main address: https://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 and Crime Commissioner for Gwent
  Police Headquarters, Llantarnam Park Way
  Cwmbran
  NP44 3FW
  UK
  
            E-mail: swp-procurement@south-wales.police.uk
  
            NUTS: UKL2
  Internet address(es)
  
              Main address: https://www.gwent.police.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0384
 
I.1) Name and addresses
  North Wales Police
  Force Headquarters, Glan-y-Don, Colwyn Bay
  Colwyn Bay
  LL29 8AW
  UK
  
            E-mail: swp-procurement@south-wales.police.uk
  
            NUTS: UKL
  Internet address(es)
  
              Main address: https://www.northwales.police.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0472
 
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
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
Framework for the Supply, Fit and Removal of Vehicle Livery Markings for Police Vehicles
            Reference number: itt_110919
  II.1.2) Main CPV code
  34300000
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  The Police and Crime Commissioner for South Wales is acting as the lead in the tender process for a framework to supply, fit and remove police vehicle livery.
  The framework will be available for use by:
  The Police and Crime Commissioner for South Wales,
  The Police and Crime Commissioner for Dyfed Powys,
  The Police and Crime Commissioner for Gwent,
  The Police and Crime Commissioner for North Wales.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    34300000
    34328200
    34114100
    42415320
    42962000
    79811000
    33952000
    34900000
    34928470
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    The Police and Crime Commissioner for South Wales is acting as the lead in the tender process for a framework to supply, fit and remove police vehicle livery.
    The framework will be available for use by:
    The Police and Crime Commissioner for South Wales,
    The Police and Crime Commissioner for Dyfed Powys,
    The Police and Crime Commissioner for Gwent,
    The Police and Crime Commissioner for North Wales.
    Each force will raise their own call-off contract(s) throughout the lifetime of the framework.
    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
    
                Start:
                01/03/2025
    
                End:
                29/02/2028
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Option to extend framework until 28th February 2029
    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:
  Criteria is stated in procurement documents
  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 stated in procurement documents
 
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:
              30/10/2024
  
                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:
              30/10/2024
  
              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:
Three years at the earliest
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
(WA Ref:144017)
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
26/09/2024