Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 2
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e507 |
Common Procurement Vocabulary | Repair and maintenance services of mechanical building installations |
Procurement Method | Open procedure |
Value | £150,000 |
No location provided
Category Services
Type
No. of Lots 2
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e507 |
Common Procurement Vocabulary | Repair and maintenance services of mechanical building installations |
Procurement Method | Open procedure |
Value | £150,000 |
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
Michelle Thomas
m1-thomas [at] southwales-fire.gov.uk
Telephone
+44 1443232082
Fax
+44 1443232180
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
I.1) Name and addresses
Mid and West Wales Fire and Rescue Authority
Fire Service Headquarters, Lime Grove Avenue
Carmarthen
SA31 1SP
h.rees [at] mawwfire.gov.uk
Telephone
+44 3706060699
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
I.2) Information about 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
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Air Conditioning and Air Handling System Maintenance
II.1.2) Main CPV code
- 50712000 - Repair and maintenance services of mechanical building installations
II.1.3) Type of contract
Services
II.1.4) Short description
South Wales Fire and Rescue Service (SWFRS) and Mid and West Wales Fire and Rescue Authority (MWWFRA) are each seeking to appoint a suitably qualified and experienced contractor to provide engineering services which will comprise of the inspection, maintenance, repair, renewal and troubleshooting on air conditioning and air handling systems installed throughout (SWFRS & MWWFRA) estates.
The contract will be split into 2 Lots:
Lot 1 – SWFRS
Lot 2 – MWFRS
Contractors have the option to bid for one or both Lots.
The services shall be provided under the NEC 4 Term Service Contract.
The term of the contract will be 2 years with an option to extend, at the sole discretion of FRS/FRA, for up to an additional 2 years.
II.1.5) Estimated total value
Value excluding VAT: £150,000
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
South Wales Fire and Rescue Service
Lot No
1
II.2.2) Additional CPV code(s)
- 39717200 - Air-conditioning appliances
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKL - Wales
II.2.4) Description of the procurement
South Wales Fire and Rescue Service (SWFRS) is seeking to appoint a suitably qualified and experienced contractor to provide engineering services which will comprise of the inspection, maintenance, repair, renewal and troubleshooting on air conditioning and air handling systems installed throughout the SWFRS Estate.
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
24
This contract is subject to renewal
Yes
Description of renewals
The term of the contract will be 2 years with an option to extend, at the sole discretion of the FRS, for up to an additional 2 years.
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
Mid and West Wales Fire and Rescue Authority
Lot No
2
II.2.2) Additional CPV code(s)
- 39717200 - Air-conditioning appliances
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKL - Wales
II.2.4) Description of the procurement
Mid and West Wales Fire and Rescue Authority (MWWFRA) are seeking to appoint a suitably qualified and experienced contractor to provide engineering services which will comprise of the inspection, maintenance, repair, renewal and troubleshooting on air conditioning and air handling systems installed throughout the MWWFRA estate.
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
24
This contract is subject to renewal
Yes
Description of renewals
The term of the contract will be 2 years with an option to extend, at the sole discretion of FRS/FRA, for up to an additional 2 years.
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
A mandatory requirement for this tender is that the Contractor can provide engineers to work on a range of air conditioning and air handling systems.
The Contractor will be required to provide certification for their organisation and each engineer who will work on the contract as per current legislation.
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
A mandatory requirement for this tender is that the Contractor can provide engineers to work on a range of air conditioning and air handling systems.
The Contractor will be required to provide certification for their organisation and each engineer who will work on the contract as per current legislation
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: 2
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
28 March 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
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)
IV.2.7) Conditions for opening of tenders
Date
28 March 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: Feb 27 if extension is not taken
Feb 29 if full extension is taken
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 .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
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:148358)
The buyer considers that this contract is suitable for consortia.
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