Opportunity

New Inn Station Build

  • South Wales Fire and Rescue Service

F02: Contract notice

Notice reference: 2023/S 000-037614

Published 21 December 2023, 9:59am



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

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

New Inn Station Build

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

As part of its on-going estate management, South Wales Fire and Rescue Service are looking to re-develop New Inn Fire Station.

Currently at planning stage, SWFRS plans to demolish the existing fire station and erect a new fire station on the existing footprint.

One Principal Contractor will be appointed to run the project and Contractors will be appointed using a JCT Standard Building Contract.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45216100 - Construction work for buildings relating to law and order or emergency services
  • 45216120 - Construction work for buildings relating to emergency services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

As part of its on-going estate management, South Wales Fire and Rescue Service are looking to re-develop New Inn Fire Station. Currently at planning stage, SWFRS plans to demolish the existing fire station and erect a new fire station on the existing footprint.

A new build, as opposed to a refurbishment of existing buildings, brings the opportunity to design the building with sustainability as a key objective. This includes the potential to integrate renewable energy measures and ensure that the building fabric achieves contemporary thermal insulation targets. The scheme will aim to achieve BREEAM Excellent and be Net Zero Carbon (NZC) in operation and stand as an exemplar project within SWFRS’s Estate.

One Principal Contractor will be appointed to run the project and Contractors will be appointed using a JCT Standard Building Contract.

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

24

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The top five (5) suppliers with the highest score will be invited to tender. In the event of a tie all suppliers with the same score will be invited to tender.

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.1.8) 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 February 2024

Local time

12:00pm

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

4 March 2024

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)


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: 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=137322.

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.

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

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:

TBA at contract award

(WA Ref:137322)

Download the ESPD document here: [[https://www.sell2wales.gov.wales/ESPD/ESPD_Download.aspx?id=137322]]

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