Tender

Multi Security Tender

  • South Wales Fire and Rescue Service
  • Mid and West Wales Fire and Rescue Authority

F02: Contract notice

Notice identifier: 2024/S 000-022742

Procurement identifier (OCID): ocds-h6vhtk-048375

Published 22 July 2024, 4:41pm



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.1) Name and addresses

Mid and West Wales Fire and Rescue Authority

Fire Service Headquarters, Lime Grove Avenue

Carmarthen

SA31 1SP

Email

h.rees@mawwfire.gov.uk

Telephone

+44 3706060699

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.mawwfire.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0484

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://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

Multi Security Tender

Reference number

SWEU052

two.1.2) Main CPV code

  • 50610000 - Repair and maintenance services of security equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authority seeks to appoint a suitably qualified and experienced contractor to carry out service inspection maintenance, repair and renewal as required of fire and intruder alarm systems, emergency lighting systems, proximity door access control systems and CCTV systems installed throughout South Wales Fire and Rescue Service and Mid and West Wales Fire and Rescue Service.

The contract will be split into 2 lots and suppliers will have the opportunity to bid for one or both lots. Lot 1 will cover the requirements of South Wales Fire and Rescue Service and Lot 2 will cover Mid and West Wales Fire and Rescue Service.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Multi Security - South Wales Fire & Rescue Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

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

Establishments within the boundaries of South Wales Fire & Rescue Service

two.2.4) Description of the procurement

The service shall comprise the inspection, maintenance, repair and renewal as required of fire and intruder alarm systems, emergency lighting systems, proximity door access control systems and CCTV systems installed throughout the South Wales Fire and Rescue Service (SWFRS) and the installation of new systems as required.

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

60

This contract is subject to renewal

Yes

Description of renewals

The contract will be initially for 3 years with an option to extend for a further 2 years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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

two.2) Description

two.2.1) Title

Multi Security - Mid and West Wales FRS

Lot No

2

two.2.2) Additional CPV code(s)

  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

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

Establishments within the boundaries of Mid & West Wales FRS

two.2.4) Description of the procurement

The service shall comprise the inspection, maintenance, repair and renewal as required of fire and intruder alarm systems, emergency lighting systems, proximity door access control systems and CCTV systems installed throughout the Mid and West Wales Fire and Rescue Service (MWWFRS) and the installation of new systems as required.

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

60

This contract is subject to renewal

Yes

Description of renewals

The contract will be initially for 3 years with option to extend for a further 2 years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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

three.2) Conditions related to the contract

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

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.2.1) Previous publication concerning this procedure

Notice number: 2019/S 139-342698

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 August 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 September 2024

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: 5 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=143217.

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:143217)

The buyer considers that this contract is suitable for consortia.

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