Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 192-465205/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: Police and Crime Commissioner for Dyfed-Powys
Postal address: Police Headquarters, PO Box 99, Llangunnor
Town: Carmarthen
Postal code: SA31 2PF
Country: United Kingdom
Telephone: +44 1267226540
Email: faye.ryan@dyfed-powys.pnn.police.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Police and Crime Commissioner for South Wales
Postal address: Police Headquarters, Cowbridge Road
Town: Bridgend
Postal code: CF31 3SU
Country: United Kingdom
Telephone: +44 1656869409
Email: swp-procurement@south-wales.pnn.police.uk
Internet address(es):
Main address: www.south-wales.police.uk
Address of the buyer profile:
Official name: Police and Crime Commissioner for Gwent
Postal address: Police Headquarters, Croesyceiliog
Town: Cwmbran
Postal code: NP44 2XJ
Country: United Kingdom
Telephone: +44 1633838111
Email: procurement@gwent.pnn.police.uk
Internet address(es):
Main address: www.gwent.police.uk
Address of the buyer profile:
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:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey
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: 7597931 Currency: GBP
II.1.6) Information about lots:
The 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
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes 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(only for service contracts)
Execution of the service is reserved to a particular profession
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
Framework agreement with a single operatorIV.1.8) Information about the 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: 2020-11-09 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 tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2020-11-09 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.2) Information about electronic workflows
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
(WA Ref:104375)
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice:2020-09-29