Section one: Contracting authority
one.1) Name and addresses
City & County of Swansea
Civic Centre
Swansea
SA1 3SN
Contact
Lisa Evans
Telephone
+44 7966230649
Country
United Kingdom
NUTS code
UKL18 - Swansea
Internet address(es)
Main address
http://www.swansea.gov.uk/dobusiness
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254
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
http://etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://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
http://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
Contract for the Labour only domestic boiler installation
Reference number
CCS/24/297
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Project Description - Removal of the existing boiler. Installation of a new Client-supplied boiler and associated components. Connection to existing pipework, radiators, and flue (where suitable), Testing, commissioning, and certification of the new boiler system.
Labour-Only Scope - The appointed contractor provides all required labour, including qualified Gas Safe-registered personnel. The Client supplies all materials, including the boiler, flue components, fittings, etc The contractor is responsible for safe handling, installation, and disposal of any redundant materials (e.g., the old boiler unit).
two.1.5) Estimated total value
Value excluding VAT: £0.01
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44621220 - Central-heating boilers
- 44621200 - Boilers
- 42161000 - Hot-water boilers
- 44621000 - Radiators and boilers
- 44621210 - Water boilers
- 45220000 - Engineering works and construction works
- 45351000 - Mechanical engineering installation works
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
Main site or place of performance
Swansea
two.2.4) Description of the procurement
Project Description - Removal of the existing boiler. Installation of a new Client-supplied boiler and associated components. Connection to existing pipework, radiators, and flue (where suitable), Testing, commissioning, and certification of the new boiler system.
Labour-Only Scope - The appointed contractor provides all required labour, including qualified Gas Safe-registered personnel. The Client supplies all materials, including the boiler, flue components, fittings, etc The contractor is responsible for safe handling, installation, and disposal of any redundant materials (e.g., the old boiler unit).
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
24
This contract is subject to renewal
Yes
Description of renewals
Contract Period: April 2025 to March 2027 with an option to extend up to 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
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
Accreditations required with any of the following bodies
(a) City & Guilds
(b) Construction Skills (previously known as CITB - Construction Industry Training Board)
(c) GAS safe, CORGI
(d) APHC – Association of Plumbing and Heating Contractors
(e) CIPHE – the Chartered Institute of Plumbing and Heating Engineering
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
(a) City & Guilds
(b) Construction Skills (previously known as CITB - Construction Industry Training Board)
(c) GAS safe, CORGI
(d) APHC – Association of Plumbing and Heating Contractors
(e) CIPHE – the Chartered Institute of Plumbing and Heating Engineering
three.2) Conditions related to the contract
three.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) City & Guilds
(b) Construction Skills (previously known as CITB - Construction Industry Training Board)
(c) GAS safe, CORGI
(d) APHC – Association of Plumbing and Heating Contractors
(e) CIPHE – the Chartered Institute of Plumbing and Heating Engineering
three.2.2) Contract performance conditions
(a) City & Guilds
(b) Construction Skills (previously known as CITB - Construction Industry Training Board)
(c) GAS safe, CORGI
(d) APHC – Association of Plumbing and Heating Contractors
(e) CIPHE – the Chartered Institute of Plumbing and Heating Engineering
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
24 March 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
24 March 2025
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
Register your company on the eTenderWales portal (this is only required once):
— Navigate to the portal: http://etenderwales.bravosolution.co.uk
— Click the “Suppliers register here” link.
— Enter your correct business and user details.
— Note the username you chose and click “Save” when complete.
— You will shortly receive an e-mail with your unique password (please keep this secure).
— Agree to the terms and conditions and click “continue”.
2. Express an interest in the project:
— Login to the portal with your username/password.
— Click the “ITTs Open to All Suppliers” link (these are the ITTs open to any registered supplier).
— Click on the relevant 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 ITT into your “My ITTs” page (this is a secure area reserved for your projects only).
— Click on the ITT code. You can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box.
3. Responding to the invitation to 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. Alternatively, the BravoSolution helpdesk can be contacted (Monday to Friday, 8:00 to 18:00) on:
— E-mail: help@bravosolution.co.uk
— Phone: +44 8003684850
Thanks
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=148440
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:
Please see Schedule 3 – Beyond Bricks & Mortar Minor Clause of tender paperwork
(WA Ref:148440)
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
six.4.2) Body responsible for mediation procedures
Legal, Democratic and Business Intelligence, Swansea Council,
Civic Centre, Oystermouth Road, Maritime Quarter,
Swansea,
SA1 3SN
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Legal, Democratic and Business Intelligence, Swansea Council,
Civic Centre, Oystermouth Road, Maritime Quarter,
Swansea,
SA1 3SN
Country
United Kingdom