Tender

Provision of Fire Risk Assessors Domestic & General

  • Pobl Group Ltd

F02: Contract notice

Notice identifier: 2024/S 000-028715

Procurement identifier (OCID): ocds-h6vhtk-04990b

Published 9 September 2024, 9:36am



Section one: Contracting authority

one.1) Name and addresses

Pobl Group Ltd

Pobl House, Phoenix Way

Swansea

SA7 9EQ

Contact

Jodie Dyer

Email

jodie.dyer@poblgroup.co.uk

Telephone

+44 1792460609

Country

United Kingdom

NUTS code

UKL18 - Swansea

Internet address(es)

Main address

http://poblgroup.co.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0512

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://etenderwales.bravosolution.co.uk/home.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/home.html

one.4) Type of the contracting authority

Other type

RSL

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Fire Risk Assessors Domestic & General

Reference number

PROC0241

two.1.2) Main CPV code

  • 71315400 - Building-inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The Group intends to establish a Contract with a suitably qualified and experienced Contractor/Supplier for the Provision of Fire Risk Assessors Domestic & Commercial based on the Most Economically Advantageous Tender.

The Contract is divided into three geographical Lots:

- Lot 1- West

- Lot 2- East

- Lot 3- Universities

Tenderers may only bid for EITHER Lot 1 - West OR Lot 2 - East and NOT both. However tenderers bidding for EITHER Lot 1 OR Lot 2 can also bid for Lot 3 Universities alongside.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

West

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315400 - Building-inspection services
  • 75251110 - Fire-prevention services
  • 71317100 - Fire and explosion protection and control consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys

two.2.4) Description of the procurement

The Group intends to establish a Contract with a suitably qualified and experienced Contractor/Supplier for the Provision of Fire Risk Assessors Domestic & Commercial based on the Most Economically Advantageous Tender.

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

one year extension available

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

East

Lot No

2

two.2.2) Additional CPV code(s)

  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKL2 - East Wales

two.2.4) Description of the procurement

The Group intends to establish a Contract with a suitably qualified and experienced Contractor/Supplier for the Provision of Fire Risk Assessors Domestic & Commercial based on the Most Economically Advantageous Tender.

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

one year extension available

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

Universities

Lot No

3

two.2.2) Additional CPV code(s)

  • 71315400 - Building-inspection services
  • 75251110 - Fire-prevention services
  • 71317100 - Fire and explosion protection and control consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The Group intends to establish a Contract with a suitably qualified and experienced Contractor/Supplier for the Provision of Fire Risk Assessors Domestic & Commercial based on the Most Economically Advantageous Tender.

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

one year extension available

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

Detailed in ITT Documents

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.2.2) Contract performance conditions

detailed in ITT Documents


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

9 October 2024

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

9 October 2024

Local time

2:00pm


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

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=144396

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:

Detailed in ITT

(WA Ref:144396)

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