Section one: Contracting authority
one.1) Name and addresses
Wrexham County Borough Council
Commissioning Procurement and Contract Management Unit, Lampbit Street
Wrexham
LL11 1AR
Telephone
+44 1978292807
Country
United Kingdom
NUTS code
UKL23 - Flintshire and Wrexham
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264
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
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/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the Servicing, Maintenance & Installation of Fire, Intruder & Emergency Lighting Systems
Reference number
Proc 24-257
two.1.2) Main CPV code
- 50711000 - Repair and maintenance services of electrical building installations
two.1.3) Type of contract
Services
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.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
two.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
two.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
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.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
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
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
21 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.7) Conditions for opening of tenders
Date
21 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: Within 6 months of Framework/Contract expiry
six.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@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)
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