Tender

Fire & Electrical Maintenance

  • Trivallis

F02: Contract notice

Notice identifier: 2021/S 000-003263

Procurement identifier (OCID): ocds-h6vhtk-029426

Published 18 February 2021, 12:08pm



Section one: Contracting authority

one.1) Name and addresses

Trivallis

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

Email

adam.challonder@trivallis.co.uk

Telephone

+44 1443494609

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

www.trivallis.co.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0787

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire & Electrical Maintenance

Reference number

itt_85923

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Trivallis are seeking to appoint an experienced contractor, who has specific experience in dealing with fire & electrical compliance services.

two.1.5) Estimated total value

Value excluding VAT: £350,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31600000 - Electrical equipment and apparatus
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.2.4) Description of the procurement

Trivallis are seeking to appoint an experienced contractor, who has specific experience in dealing with fire & electrical compliance services.

The works include, but shall not be limited to;

I. Fire Alarm and AOVs

II. Fire Equipment

III. Emergency Lighting

IV. Automated Doors

V. Sprinklers (and fire suppression system)

VI. Access Controls and KMS

VII. Dry Risers

VIII. Warden Call

IX. PAT testing

X. Commercial Catering

XI. Barriers

XII. Roller Shutter Maintenance

XIII. Lightning Conductor Testing

XIV. LEV Tumble Dryer Ventilation

XV. Additional associated works

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

Start date

5 April 2021

End date

31 March 2024

This contract is subject to renewal

Yes

Description of renewals

One year

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

As per tender documentation

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per tender documentation

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

22 March 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

22 March 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

N/A

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=108342

(WA Ref:108342)

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