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
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
Telephone
+44 3706060699
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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