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
Contact person: Matthew Green
Telephone: +44 1656655555
E-mail: matthew.green@south-wales.police.uk
NUTS: UKL17
Internet address(es)
Main address: http://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/go/65077564019527AFEA45
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/go/78402911019275F955FF
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Contract for the Provision of Specialist Vehicle Cleaning and Decontamination
Reference number: JCPS0289
II.1.2) Main CPV code
90910000
II.1.3) Type of contract
Services
II.1.4) Short description
The Commissioner is seeking a Contractor to provide reactive specialised Cleaning, Disinfection and Sterilisation services of operational police vehicles. These Services will cover the Force geographical area. The requirement will include out of hours delivery to provide a 24/7 coverage.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL17
UKL14
UKL18
UKL
II.2.4) Description of the procurement
The Commissioner requires clean, disinfected and sterilised vehicles as set out in part 4 of this Specification to ensure operational vehicles are available as and when required.
3.2 The Commissioner operates a fleet of 980 vehicles including saloon and estate cars, large vans and detainee transport vehicles. Vehicles may from time to time become contaminated by matters such as bodily fluids, lice, fleas and unwanted odours. Approximately one third of this fleet are operational vehicles and fall within the scope of this Contract; the volume of vehicles in the scope of the Contract is likely to change in certain circumstances such as a pandemic.
3.3 The Service(s) for the removal of any such contaminant in compliance with all relevant statutory regulations and will include but not limited to the following:
- All body fluids, including blood, vomit, urine.
- Faeces.
- Infestations caused by fleas, lice, scabies
- Food
- Graffiti
- Hazardous waste, such as incapacitant spray etc.
The Contractor acknowledges the provision of this Service includes the associated risks such as, but not limited to HIV, Hepatitis A, B, C, influenza, and Covid 19.
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:
01/06/2025
End:
31/05/2028
This contract is subject to renewal: Yes
Description of renewals:
With the option to extend annually until 31st May 2030
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
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:
26/03/2025
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:
26/03/2025
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=148399
(WA Ref:148399)
The buyer considers that this contract is suitable for consortia.
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
21/02/2025