CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-027622/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Mixed global and partial bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Police & Crime Commissioner for South Wales
Postal address: Police Headquarters, Cowbridge Road
Town: Bridgend
Postal code: CF31 3SU
Country: United Kingdom
Email: swp-procurement@south-wales.police.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
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: Provision of Vehicle Accident Repair Services

Reference number: itt_99477
II.1.2) Main CPV code: 50112110
II.1.3) Type of contract: Services
II.1.4) Short Description: The Police and Crime Commissioner for South Wales, the Police and Crime Commissioner for Gwent and Bridgend County Borough Council require the provision of a Vehicle Accident Repair Service.
The Contract shall also be available for use by the Police and Crime Commissioner for Dyfed Powys. Dyfed Powys Police carry out repairs in-house but may wish to utilise the Contract as resilience to their current in-house arrangement.
The Contract shall be divided into two lots. The lots shall be split as follows:
Lot 1 – Gwent Police
Lot 2 – South Wales Police and Bridgend County Borough Council (including resilience for Dyfed Powys Police)
II.1.5) Estimated total value:
Value excluding VAT: 2636000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:2
II.2) Description
II.2.1) Title: Provision of Vehicle Accident Repair Services – Gwent Police

Lot No:1
II.2.2) Additional CPV code(s)
50112110, 50116000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
The Gwent Police Force area

II.2.4) Description of the procurement:
Lot 1 is for a Vehicle Accident Repair Service for the Police and Crime Commissioner for Gwent.
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:Possible extension of one year following the initial three year contract period

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
II.2.1) Title: Provision of Vehicle Accident Repair Services – South Wales Police and Bridgend County Borough Council (including resilience for Dyfed Powys Police)

Lot No:2
II.2.2) Additional CPV code(s)
50112110, 50116000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
The South Wales Police Force area (possibly Dyfed Powys Police Force area)

II.2.4) Description of the procurement:
Lot 2 is for a Vehicle Accident Repair Service for the Police and Crime Commissioner for South Wales and Bridgend County Borough Council.
This Lot shall also be available for use by the Police and Crime Commissioner for Dyfed Powys. Dyfed Powys Police carry out repairs in-house but may wish to utilise the Contract as resilience to their current in-house arrangement.
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:A possible one year extension following the initial three year contract period.

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.2.2) 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:2IV.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: 2023-10-30 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 tenders
Date: 2023-10-30 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:2026 or 2027 if optional contract extension is utilised
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
(WA Ref:134129)
The buyer considers that this contract is suitable for consortia.
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:2023-09-19

RELATED ARTICLES

May 1, 2026

Emergency Response Equipment and Associated Services Framework 2026 - 2033

Type of document: Contract Notice Country: United Kingdom Publication Ref: 040017/S 000-2026 Nature of contract: Supply contract Procedure: Open procedure Regulation of procurement: Not applicable Type

May 1, 2026

P-0603 Security Services

Type of document: Contract Notice Country: United Kingdom 1. Title: P-0603 SECURITY SERVICES 2. Awarding Authority: Manchester City Council, Floor 5 (Mount Street