Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 3
Status Active
Published 12th Nov 2024
Reference | ocds-h6vhtk-04b5f3 |
Common Procurement Vocabulary | Repair and maintenance services of building installations |
Procurement Method | Restricted procedure |
Value | £2,500,000 |
No location provided
Category Services
Type
No. of Lots 3
Status Active
Published 12th Nov 2024
Reference | ocds-h6vhtk-04b5f3 |
Common Procurement Vocabulary | Repair and maintenance services of building installations |
Procurement Method | Restricted procedure |
Value | £2,500,000 |
Section I: Contracting authority
I.1) Name and addresses
South Wales Fire and Rescue Service
South Wales Fire and Rescue Service Headquarters, Forest View Business Park, Llantrisant
Llantrisant
CF72 8LX
Contact
Julie Snooks
j-snooks [at] southwales-fire.gov.uk
Telephone
+44 1443232082
Fax
+44 1443232180
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
http://www.southwales-fire.gov.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360
I.2) Information about 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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
General Building Maintenance
Reference number
SWEU056
II.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
II.1.3) Type of contract
Services
II.1.4) Short description
South Wales Fire and Rescue Service is seeking to appoint suitably qualified and experienced contractors to provide General Maintenance Services which will comprise of General & reactive maintenance, Painting and Decorating and Plumbing Services on premises throughout South Wales Fire and Rescue Services.
The contract will be split into 3 lots, and suppliers will have the opportunity to bid for one or more lots
II.1.5) Estimated total value
Value excluding VAT: £2,500,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
General and Reactive Maintenance
Lot No
1
II.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
II.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Premises within the boundary of South Wales Fire and Rescue Service
II.2.4) Description of the procurement
The service is to comprise of the repair to all internal and external building fabric and associated external ground repairs, up to the value of 30GBP.
The service is to include:
All carpentry and joinery
Minor roofing repairs
Cleaning of gutters and down pipes
Flooring
Window repairs or replacement
Door repairs or replacements
Repairs to out buildings
Repairs or rebuilding of brick work
Tiling
Fencing
Boundary walls
Repairs to drill towers
Plastering]
The successful supplier will be required to attend emergency call out within 2 hrs of receiving the call.
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
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Initial period 2 years with an option to extend for 2 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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) Description
II.2.1) Title
Painting and Decorating
Lot No
2
II.2.2) Additional CPV code(s)
- 45442100 - Painting work
II.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Premises within the boundary of South Wales Fire & Rescue Service
II.2.4) Description of the procurement
The service is to comprise of the painting and decorating Fire Service Premises across South Wales as and when required.
The service is to include but not restricted to:
Filling
Sanding
Painting
Glossing
Patching
Stain blocking
Varnishing
Staining
Spraying
The Service will require a fixed quote for hourly rates for all mentioned services to include normal working hours (8.00am – 5.00pm), weekends and bank holidays. Please note that all hourly rates shall be exclusive of Material costs. We will also require rates per m2 or per lineal m for skirting, architrave etc.
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
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract will be for initial period of 2 years with option to extend for 2 years
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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) Description
II.2.1) Title
Plumbing Services
Lot No
3
II.2.2) Additional CPV code(s)
- 45330000 - Plumbing and sanitary works
II.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Premises within the boundary of South Wales Fire & Rescue Service
II.2.4) Description of the procurement
The service is to comprise of Plumbing Services to Fire Service Premises across South Wales.
The service is to include but not restricted to:
Sanitary repairs/replacements and blockages
Drainage
Dehumidifier repairs/replacement
Hot water boiler repairs/replacement up to 45KW
Legionella defects and recommendations
Hose reels
Hot and cold-water installations
New water mains installations
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
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Initial contract period of 2 years with option to extend for 2 years
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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: 3
IV.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
12 December 2024
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 January 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
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: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=145990.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:145990)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom