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
J-snooks@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
https://www.sell2wales.gov.wales
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Minor Works Projects
Reference number
SWEU062
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
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 contractors to provide Minor Works Projects on premises throughout South Wales Fire and Rescue Services.
The requirement is to provide an all-trades service to carry out minor projects up to the value of 250k.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Premises within the boundary of South Wales Fire & Rescue Service
two.2.4) Description of the procurement
The projects vary in size and complexity for each site and can often be time critical, as such the successful contractor needs to be in a position to mobilise quickly. The sites will often need to remain operational for which the successful contractors will need to implement robust systems of work to facilitate this. Each project is different and will cater for the needs of each individual site. The contractor will be expected to be all encompassing and manage every aspect of the given project, this includes the appointing and management of any sub-contractors.
The trades required are but not restricted to:
Carpenters
Joiners
Electricians
Plumbers
Painter – Decorators
Plasterers
Floor layers
Tilers
Foremen
Site Managers
Site Supervisors
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Potential renewal in 4 years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
24 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 April 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: approx 4 years
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=148306.
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:148306)
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