Tender

Supply and Installation of Training Towers

  • South Wales Fire and Rescue Service

F02: Contract notice

Notice identifier: 2022/S 000-017989

Procurement identifier (OCID): ocds-h6vhtk-034ceb

Published 1 July 2022, 10:26am



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

Julie Snooks

Email

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

Supply and Installation of Training Towers

Reference number

SWEU041

two.1.2) Main CPV code

  • 44212230 - Towers

two.1.3) Type of contract

Supplies

two.1.4) Short description

As part of an on-going estate management programme SWFRS are planning to replace training towers at Treorchy, Maindee and Roath as part of the initial project, with further provisions, budget allowing if the following years. As such we are seeking a contractor to supply and install a new drill tower at the station. The groundwork is to be completed by others with a technical foundation specification provided by the successful supplier. The framework will allow SWFRS to purchase training towers by calling off on an ad-hock basis.

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44212230 - Towers
  • 45000000 - Construction work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Fire Stations within the South Wales Fire and Rescue Service boundry.

two.2.4) Description of the procurement

As part of an on-going estate management programme SWFRS are planning to replace training towers at Treorchy, Maindee and Roath as part of the initial project, with further provisions, budget allowing if the following years. As such we are seeking a contractor to supply and install a new drill tower at the station. The groundwork is to be completed by others with a technical foundation specification provided by the successful supplier. The framework will allow SWFRS to purchase training towers by calling off on an ad-hock basis.

two.2.5) Award criteria

Quality criterion - Name: Similar Contracts / Weighting: 18

Quality criterion - Name: Quality Control / Weighting: 18

Quality criterion - Name: Sustainability and carbon reduction / Weighting: 2

Quality criterion - Name: Social value and the well-being of future generations (Wales) act / Weighting: 2

Price - Weighting: 60

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

The Framework will be for 3 year with an option to extend for 12 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.1.2) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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

1 August 2022

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

1 August 2022

Local time

1:00pm

Information about authorised persons and opening procedure

2 authorised personnel


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

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=122707.

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:122707)

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