Tender

Heating and Building Management System Maintenance

  • South Wales Fire and Rescue Service

F02: Contract notice

Notice identifier: 2023/S 000-031851

Procurement identifier (OCID): ocds-h6vhtk-040fd6

Published 27 October 2023, 3:39pm



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

Michelle Deasy

Email

m-deasy@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.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.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

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

Heating and Building Management System Maintenance

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

South Wales Fire and Rescue Service (SWFRS) seeks to appoint a suitably qualified and experienced contractor to provide inspection, maintenance, repair, renewal and troubleshooting on the following systems/equipment (across the SWFRS estate: -

Gas fired systems (Boilers and Burners)

Water Heaters

Gas Fired Catering Equipment

Miscellaneous Gas Equipment

Air Source Heat Pumps

Building Management System

The services shall be provided under the NEC 3 Term Service Contract April 2013.

The term of the contract will be 3 years with an option to extend, at the sole discretion of SWFRS, for up to an additional 2 years.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50531200 - Gas appliance maintenance services
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39715200 - Heating equipment
  • 44620000 - Central-heating radiators and boilers and parts
  • 45259300 - Heating-plant repair and maintenance work
  • 48000000 - Software package and information systems
  • 48421000 - Facilities management software package
  • 72514100 - Facilities management services involving computer operation
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 50324100 - System maintenance services
  • 50531100 - Repair and maintenance services of boilers
  • 50720000 - Repair and maintenance services of central heating
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

South Wales Fire and Rescue Service (SWFRS) seeks to appoint a suitably qualified and experienced contractor to provide inspection, maintenance, repair, renewal and troubleshooting on the following systems/equipment (across the SWFRS estate:

Gas fired systems (Boilers and Burners)

Water Heaters

Gas Fired Catering Equipment

Miscellaneous Gas Equipment

Air Source Heat Pumps

Building Management System

The services shall be provided under the NEC 3 Term Service Contract April 2013.

The term of the contract will be 3 years with an option to extend, at the sole discretion of SWFRS, for up to an additional 2 years.

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

36

This contract is subject to renewal

Yes

Description of renewals

There will be an option to extend, at the sole discretion of SWFRS, for up to an additional 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Service shall require the successful Contractor to provide fixed price quotations for repair works to existing equipment, the replacement of existing equipment and the supply, installation and commissioning of new equipment as and when required.

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

All engineers/subcontractors must be suitably qualified to work on equipment/systems listed within ITT Part 1, Section 3 and Appendix B Pricing Schedule and Site Details.

The successful Contractor or subcontractors must be Trend accredited installers.

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.1.8) 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

29 November 2023

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

29 November 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Potential to re-tender Oct 2026, Oct 2027 or Oct 2028 dependent on if extensions are taken.

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=135806.

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:135806)

Download the ESPD document here: [[https://www.sell2wales.gov.wales/ESPD/ESPD_Download.aspx?id=135806]]

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