Tender

Framework for the Provision of Vehicle Service, Maintenance and Mechanical Repair Services

SOUTH WALES POLICE

This public procurement record has 1 release in its history.

Tender

24 Jan 2025 at 14:26

Summary of the contracting process

The South Wales Police is currently in the tender stage for a framework agreement titled "Framework for the Provision of Vehicle Service, Maintenance and Mechanical Repair Services," within the CPV category of Fleet management, repair and maintenance services (50111000). This procurement opportunity, with an estimated value of £400,000, covers multiple lots across various regions including Western, Mid Glam, Cardiff Vale, and Gwent. Services required range from major unit repair and replacement, vehicle servicing, MOTs for specific classes, tyre fitting and alignment, to vehicle cleaning and recovery. The procurement method is an open procedure, with electronic submissions to be made via the BravoSolution portal by 24th February 2025 at 12:00 PM.

This tender presents substantial opportunities for businesses specialising in vehicle maintenance and repair services. Suitable bidders will include companies with capabilities in a wide array of vehicle services, from engine repairs to routine servicing and MOT testing. Additionally, businesses equipped with recovery vehicles for transporting non-roadworthy vehicles will find this tender particularly advantageous. The contract terms allow for multiple awards per lot, giving a range of firms the chance to secure a position within this framework agreement. The requirement for staff qualifications, such as NVQ Level 3 in Motor Mechanics and DEFRA-approved F Gas Certification, ensures that businesses with trained and certified personnel can leverage this opportunity to grow their operations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Framework for the Provision of Vehicle Service, Maintenance and Mechanical Repair Services

Notice Description

The Contractor shall be required to carry out any or all of the following Services; a) Major Unit repair and replacement and General Vehicle Repairs, but excluding all body work. b) Vehicle Servicing c) MOTs for Class 4, 5 and 7 Vehicles only d) Fitting of tyres and specialist steering alignment, including but not limited to KDS alignment. e) Vehicle cleaning. This shall not include specialist cleaning. f) Collection and delivery of both roadworthy and non-road worthy vehicles to be able to carry out any or all of the Services detailed in a) to e). Where the vehicles are not roadworthy then the Contractor shall recover the vehicles with a recovery vehicle.

Lot Information

Western - Major Unit Repair and Replacement

Please see Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

Renewal: One annual extension

Western - All Services

Please refer to Part 2 Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

Renewal: One annual extension

Mid Glam - Major Unit Repair and Replacement

Please refer to Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

Renewal: One annual extension

Mid Glam - All Services

Please refer to Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

Renewal: One annual extension

Cardiff Vale - Major Unit Repair and Replacement

Please refer to Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

Renewal: One annual extension

Cardiff Vale - All Services

Please refer to Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

Renewal: One annual extension

Gwent - Major Unit Repair and Replacement

Please refer to Part 2 _ Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

Renewal: One annual extension

Gwent - All Services

Please refer to Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.

Renewal: One annual extension

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04d622
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002556-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50111000 - Fleet management, repair and maintenance services

Notice Value(s)

Tender Value
£400,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Jan 20251 years ago
Submission Deadline
24 Feb 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SOUTH WALES POLICE
Contact Name
Alyson Howe
Contact Email
alyson.howe@south-wales.police.uk
Contact Phone
+44 1656762931-20851

Buyer Location

Locality
BRIDGEND
Postcode
CF31 3SU
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL51 Central Valleys and Bridgend
Delivery Location
TLL Wales

Local Authority
Bridgend
Electoral Ward
Brackla East and Coychurch Lower
Westminster Constituency
Bridgend

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04d622-2025-01-24T14:26:06Z",
    "date": "2025-01-24T14:26:06Z",
    "ocid": "ocds-h6vhtk-04d622",
    "initiationType": "tender",
    "tender": {
        "id": "JCPS0016",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Framework for the Provision of Vehicle Service, Maintenance and Mechanical Repair Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50111000",
            "description": "Fleet management, repair and maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "The Contractor shall be required to carry out any or all of the following Services; a) Major Unit repair and replacement and General Vehicle Repairs, but excluding all body work. b) Vehicle Servicing c) MOTs for Class 4, 5 and 7 Vehicles only d) Fitting of tyres and specialist steering alignment, including but not limited to KDS alignment. e) Vehicle cleaning. This shall not include specialist cleaning. f) Collection and delivery of both roadworthy and non-road worthy vehicles to be able to carry out any or all of the Services detailed in a) to e). Where the vehicles are not roadworthy then the Contractor shall recover the vehicles with a recovery vehicle.",
        "value": {
            "amount": 400000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Western - Major Unit Repair and Replacement",
                "description": "Please see Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One annual extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Western - All Services",
                "description": "Please refer to Part 2 Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One annual extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Mid Glam - Major Unit Repair and Replacement",
                "description": "Please refer to Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One annual extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "Mid Glam - All Services",
                "description": "Please refer to Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One annual extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "5",
                "title": "Cardiff Vale - Major Unit Repair and Replacement",
                "description": "Please refer to Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One annual extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "6",
                "title": "Cardiff Vale - All Services",
                "description": "Please refer to Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One annual extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "7",
                "title": "Gwent - Major Unit Repair and Replacement",
                "description": "Please refer to Part 2 _ Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One annual extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "8",
                "title": "Gwent - All Services",
                "description": "Please refer to Part 2 - Specification Schedule within the Tender Document. Additional information: The Contractor may bid for individual, multiple or all Lots. The Contract shall be awarded to a minimum of one and up to three of the highest scoring Tenderers for each Lot, based on the Tender Evaluation Criteria within the Scoring Guidance. The Services shall be awarded in accordance with the Call Off Process set out in clause B1. of the Terms and Conditions of Contract.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One annual extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contractor premises."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contractor premises"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contractor premises"
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contractor premises"
                },
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contractor premises"
                },
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contractor Premises"
                },
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contractor premises"
                },
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contractor Premises"
                },
                "relatedLot": "8"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etenderwales.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4.1 As a minimum, Staff shall hold both the following qualifications: i. NVQ Level 3 Motor Mechanics ii. F Gas Certification (approved by Department for Environment Food & Rural Affairs - DEFRA) in order to handle fluorinated greenhouse gases (F gases).",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Please refer to Part 2 - Specification of the Tender Document",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-02-24T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "cy",
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2025-02-24T13:00:00Z"
        },
        "bidOpening": {
            "date": "2025-02-24T13:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-136279",
            "name": "South Wales Police",
            "identifier": {
                "legalName": "South Wales Police",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Cowbridge Road",
                "locality": "BRIDGEND",
                "region": "UKL",
                "postalCode": "CF313SU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Alyson Howe",
                "telephone": "+44 1656762931-20851",
                "email": "alyson.howe@south-wales.police.uk",
                "url": "https://etenderwales.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etenderwales.bravosolution.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-136279",
        "name": "South Wales Police"
    },
    "language": "en"
}