Section one: Contracting authority
one.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@southwales-fire.gov.uk
Telephone
+44 1443232082
Fax
+44 1443232180
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
https://www.southwales-fire.gov.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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
https://www.sell2wales.gov.wales
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Grounds Maintenance
two.1.2) Main CPV code
- 77314000 - Grounds maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
South Wales Fire and Rescue Service is seeking to appoint suitably qualified and experienced contractor(s) to provide Grounds Maintenance Services and Tree Works on premises throughout South Wales Fire and Rescue Service.
The contract will be split into 3 lots and contractors will have the opportunity to bid for 1 or multiple lots.
Lot 1 – General Grounds Maintenance Services – Zone 1
Lot 2 – General Grounds Maintenance Services – Zone 2
Lot 3 – Tree works
The contract will be in line with the NEC4 Term Service contract.
The contract will be for an initial period of 3 years with an option to extend for a further 24 months from the 1st April 2025.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
General Grounds Maintenance Services – Zone 1
Lot No
1
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
- 77342000 - Hedge trimming
- 03451300 - Shrubs
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
The service shall comprise of the maintenance and care of the grounds of the South Wales Fire and Rescue Service (SWF&RS) as per Appendix A – Lot 1. The service shall include grass cutting, hedge cutting, shrub and flower bed maintenance, trimming and litter picking, herbicide treatment, and weed control. All hard surfaces including paths, car parks, perimeter fence lines, wall lines and other areas specified by SWFRS shall be free of debris and moss.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract will be for an initial period of 3 years with an option to extend for up to a further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
General Grounds Maintenance Services – Zone 2
Lot No
2
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
- 77342000 - Hedge trimming
- 03451300 - Shrubs
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
The service shall comprise of the maintenance and care of the grounds of the South Wales Fire and Rescue Service (SWF&RS) as per Appendix B – Lot 2. The service shall include grass cutting, hedge cutting, shrub and flower bed maintenance, trimming and litter picking, herbicide treatment, and weed control. All hard surfaces including paths, car parks, perimeter fence lines, wall lines and other areas specified by SWFRS shall be free of debris and moss.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract will be for an initial period of 3 years with an option to extend for up to a further 24 months from the 1st April 2025.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Tree Works
Lot No
3
two.2.2) Additional CPV code(s)
- 77211400 - Tree-cutting services
- 77211300 - Tree-clearing services
- 77211500 - Tree-maintenance services
- 77341000 - Tree pruning
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
The services shall comprise of a biannual inspection and maintenance of trees on premises of the South Wales Fire & Rescue Service as per Appendix C – Lot 3. A copy of the SWFRS property list is included in Appendix C, together with ad hoc tree works as deemed necessary by the service.
The successful contractor work must conform to BS3998 and have the following qualifications
Essential
CS 30 – maintain the Chainsaw
CS 31 – fell small trees (up to 15” diameter)
CS 38 – tree climbing & aerial rescue
CS 39 – use a chainsaw from a rope & harness
CS 40 – carry out pruning operations
CS 41 – carry out dismantling operations
Desirable qualifications
Level 2 certificate or higher in arboriculture or related environmental discipline e.g. arboricultural/forestry degree.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract will be for an initial period of 3 years with an option to extend for up to a further 24 months from the 1st April 2025.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
For Lot 3, Tree Works, the successful contractor work must conform to BS3998 and have the following qualifications
Essential
CS 30 – maintain the Chainsaw
CS 31 – fell small trees (up to 15” diameter)
CS 38 – tree climbing & aerial rescue
CS 39 – use a chainsaw from a rope & harness
CS 40 – carry out pruning operations
CS 41 – carry out dismantling operations
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.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)
four.2.7) Conditions for opening of tenders
Date
7 February 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Dec 2027 (if extension is not taken)
Dec 2029 (if extension is taken)
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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=147147.
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:147147)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom