Construction Tenders

14 May 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 20th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d493
Common Procurement VocabularyRepair and maintenance services of electrical building installations
Procurement MethodOpen procedure
Value-
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 20th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d493
Common Procurement VocabularyRepair and maintenance services of electrical building installations
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Wrexham County Borough Council

Commissioning Procurement and Contract Management Unit, Lampbit Street

Wrexham

LL11 1AR

Email

procurement [at] wrexham.gov.uk

Telephone

+44 1978292807

Country

United Kingdom

NUTS code

UKL23 - Flintshire and Wrexham

Internet address(es)

Main address

https://www.wrexham.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264

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

https://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

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

https://etenderwales.bravosolution.co.uk/

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for the Servicing, Maintenance & Installation of Fire, Intruder & Emergency Lighting Systems

Reference number

Proc 24-257

II.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

II.1.3) Type of contract

Services

II.1.4) Short description

Wrexham County Borough Council (WCBC) is looking to establish a Framework Agreement for the Servicing, Maintenance & Installation of Fire, Intruder & Emergency Lighting Systems.

The Framework will consist of a single lot with a maximum of three Contractors appointed to the Framework.

The purpose of this framework is to employ capable contractors who can carry out both a servicing regime and a responsive repairs service that can cater fully to what is asked of them in these tender documents.

Further details are available within the tender documents found on etenderWales.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31625200 - Fire-alarm systems
  • 31625100 - Fire-detection systems
  • 45312100 - Fire-alarm system installation work
  • 45312200 - Burglar-alarm system installation work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45317000 - Other electrical installation work
  • 50116100 - Electrical-system repair services

II.2.3) Place of performance

NUTS codes
  • UKL23 - Flintshire and Wrexham
Main site or place of performance

Any Council owned or operated site across Wrexham County Borough

II.2.4) Description of the procurement

This Framework Agreement is for the statutory servicing of Fire and Security related equipment.

Wrexham County Borough Council (WCBC) has a duty to maintain fire and security equipment located at all sites on their property portfolio in line with regulatory guidelines.

The purpose of this framework is to employ capable contractors who can carry out both a servicing regime and a responsive repairs service that can cater fully to what is asked of them in these tender documents.

It’s anticipated that there will be approximately 160 sites which will require between one and four servicing visits a year depending on the guidelines set out for each property type. WCBC will appoint Contractors to a JCT Framework Agreement 2016 and works will be let under an underlying JCT Measured Term Contract 2016.

The Framework Agreement will be implemented for a period of 2 years with the option to extend for a further 2 years in annual increments.

Contractors are asked to provide costs for a bespoke Schedule of Rates which shall include commonly occurring items that reflect the Employer’s local requirements e.g. Fire/Intruder Alarm Specifications.

The works in each property will vary depending on property type and department requirements. The scope of work may consist of:

- Fire Alarm reactive and responsive maintenance

- Intruder Alarm reactive and responsive maintenance

- Fire Extinguisher reactive and responsive maintenance

- Emergency Lighting reactive and responsive maintenance

Large installation works may be required on an ad-hoc basis as and when the need/budget allows.

For electrical works the Tenderer shall be enrolled on either the NICEIC Approved Contractor Scheme or other equally approved scheme.

Full details and documents are available free of charge on Bravo etenderWales

Project_ 58146

itt_ 114933

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

A further 2 years in annual increments

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


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: 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

21 February 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

IV.2.7) Conditions for opening of tenders

Date

21 February 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Within 6 months of Framework/Contract expiry

VI.3) Additional information

1. Register your company on the eTenderwales portal (this is only required once).

Browse to the eSourcing Portal: https://etenderwales.bravosolution.co.uk

Click the “Click here to register” link.

Accept the terms and conditions and click “continue”.

Enter your correct business and user details.

Note the username you chose and click “Save” when complete.

You will shortly receive an email with your unique password (please keep this secure).

2. Express an Interest in the tender.

Login to the portal with the username/password.

Click the “Open Access PQQs/ITTs” link (These are Invitations to Tender open to any registered supplier).

Click on the relevant PQQ/ITT to access the content.

Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

This will move the PQQ/ITT into your “My PQQ/ITTs” page. (This is a secure area reserved for your projects only).

Click on the PQQ/ITT code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box.

3. Responding to the tender.

You can now choose to “Reply” or “Reject” (please give a reason if rejecting);

You can now use the ‘Messages' function to communicate with the buyer and seek any clarification;

Note the deadline for completion, then follow the onscreen instructions to complete the ITT;

There may be a mixture of online and offline actions for you to perform (there is detailed online help available).

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8:00 – 18:00) on:

email: E-mail: help [at] bravosolution.co.uk

phone: +44 8003684850 / Fax: +44 2070800480

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=147496

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Social value as per the contents of the Preliminaries document available within etenderWales

(WA Ref:147496)

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