Tender

General Building Maintenance

  • South Wales Fire and Rescue Service

F02: Contract notice

Notice identifier: 2024/S 000-036637

Procurement identifier (OCID): ocds-h6vhtk-04b5f3

Published 12 November 2024, 4:46pm



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

http://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://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

General Building Maintenance

Reference number

SWEU056

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

South Wales Fire and Rescue Service is seeking to appoint suitably qualified and experienced contractors to provide General Maintenance Services which will comprise of General & reactive maintenance, Painting and Decorating and Plumbing Services on premises throughout South Wales Fire and Rescue Services.

The contract will be split into 3 lots, and suppliers will have the opportunity to bid for one or more lots

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

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

General and Reactive Maintenance

Lot No

1

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

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

Premises within the boundary of South Wales Fire and Rescue Service

two.2.4) Description of the procurement

The service is to comprise of the repair to all internal and external building fabric and associated external ground repairs, up to the value of 30GBP.

The service is to include:

All carpentry and joinery

Minor roofing repairs

Cleaning of gutters and down pipes

Flooring

Window repairs or replacement

Door repairs or replacements

Repairs to out buildings

Repairs or rebuilding of brick work

Tiling

Fencing

Boundary walls

Repairs to drill towers

Plastering]

The successful supplier will be required to attend emergency call out within 2 hrs of receiving the call.

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

48

This contract is subject to renewal

Yes

Description of renewals

Initial period 2 years with an option to extend for 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

Painting and Decorating

Lot No

2

two.2.2) Additional CPV code(s)

  • 45442100 - Painting work

two.2.3) Place of performance

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

Premises within the boundary of South Wales Fire & Rescue Service

two.2.4) Description of the procurement

The service is to comprise of the painting and decorating Fire Service Premises across South Wales as and when required.

The service is to include but not restricted to:

Filling

Sanding

Painting

Glossing

Patching

Stain blocking

Varnishing

Staining

Spraying

The Service will require a fixed quote for hourly rates for all mentioned services to include normal working hours (8.00am – 5.00pm), weekends and bank holidays. Please note that all hourly rates shall be exclusive of Material costs. We will also require rates per m2 or per lineal m for skirting, architrave etc.

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

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be for initial period of 2 years with option to extend for 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

Plumbing Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

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

Premises within the boundary of South Wales Fire & Rescue Service

two.2.4) Description of the procurement

The service is to comprise of Plumbing Services to Fire Service Premises across South Wales.

The service is to include but not restricted to:

Sanitary repairs/replacements and blockages

Drainage

Dehumidifier repairs/replacement

Hot water boiler repairs/replacement up to 45KW

Legionella defects and recommendations

Hose reels

Hot and cold-water installations

New water mains installations

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

48

This contract is subject to renewal

Yes

Description of renewals

Initial contract period of 2 years with option to extend for 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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 several operators

Envisaged maximum number of participants to the framework agreement: 3

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

12 December 2024

Local time

12:00pm

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

13 January 2025

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: 4 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=145990.

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:145990)

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