Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Professional Services

  • First published: 09 September 2021
  • Last modified: 09 September 2021

Contents

Summary

OCID:
ocds-kuma6s-113893
Published by:
South Wales Fire and Rescue Service
Authority ID:
AA0360
Publication date:
09 September 2021
Deadline date:
12 October 2021
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

South Wales Fire and Rescue Service (SWFRS) in collaboration with Welsh Ambulance Service Trust (WAST) are seeking to appoint suitably qualified consultants to provide professional services and advice to each organisation. The tender will be split into eighteen lots based on location and discipline and suppliers will have the opportunity to bid for one or more lots. The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year. CPV: 71315200, 71242000, 71244000, 71242000, 71244000, 71221000, 71220000, 71200000, 71210000, 71000000, 71311000, 71312000, 71313000, 71311000, 71312000, 71313000, 71315210, 71315210, 71541000, 72224000, 71541000, 72224000, 45262640, 71313400, 71313000, 71313420, 71313430, 71313440, 71313450, 45262640, 71313000, 71313400, 71313420, 71313430, 71313440, 71313450, 71000000, 71221000, 71220000, 71200000, 71210000, 71242000, 71244000, 71311000, 71312000, 71313000, 71315210, 71541000, 72224000, 45262640, 71313000, 71313400, 71313420, 71313430, 71313440, 71313450, 71000000, 71221000, 71220000, 71200000, 71210000.

Full notice text

Contract notice

Section I: Contracting authority

I.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

UK

Telephone: +44 1443232082

E-mail: m-deasy@southwales-fire.gov.uk

Fax: +44 1443232180

NUTS: UKL

Internet address(es)

Main address: www.southwales-fire.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360

I.1) Name and addresses

Welsh Ambulance Services NHS Trust

St Asaph

LL17 0LJ

UK

E-mail: Martyn.James@wales.nhs.uk

NUTS: UKL

Internet address(es)

Main address: https://www.ambulance.wales.nhs.uk/

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sell2wales.gov.wales


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Professional Services

II.1.2) Main CPV code

71315200

 

II.1.3) Type of contract

Services

II.1.4) Short description

South Wales Fire and Rescue Service (SWFRS) in collaboration with Welsh Ambulance Service Trust (WAST) are seeking to appoint suitably qualified consultants to provide professional services and advice to each organisation.

The tender will be split into eighteen lots based on location and discipline and suppliers will have the opportunity to bid for one or more lots.

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

II.1.5) Estimated total value

Value excluding VAT: 3 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

SWFRS: Architectural Services

II.2.2) Additional CPV code(s)

71000000

71221000

71220000

71200000

71210000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide design, architectural and planning services, CDM services and Clerk of works services and advice for new build and refurbishment projects.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

SWFRS: Cost Management Services

II.2.2) Additional CPV code(s)

71242000

71244000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide cost management services and advice for new build and refurbishment projects. Services will include but are not limited to; cost planning, cash flow forecasting, tendered cost scrutiny and valuation negotiation.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

SWFRS: Civil and Structural Engineering Services and Environmental Services

II.2.2) Additional CPV code(s)

71311000

71312000

71313000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide civil, structural and environmental services and advice for new build and refurbishment projects. Services will include but are not limited to; structural design, drainage design, SUDS planning etc.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

SWFRS: Building Services Engineering Services

II.2.2) Additional CPV code(s)

71315210

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide building services design and advice for new build and refurbishment projects. Services will include but are not limited to; Mechanical and Electrical design to replace existing plant and new build sites. Possible cost saving and environmental design and advice such a solar panels and rainwater harvesting systems.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

SWFRS: Project and Programme Management

II.2.2) Additional CPV code(s)

71541000

72224000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide project and programme management services for new build and refurbishment projects. The successful supplier will be expected to manage major projects and minor projects of a complex nature and also ensure that projects are kept on programme throughout. There is a requirement in this role to manage the Design Team throughout the project.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

SWFRS: Decarbonisation

II.2.2) Additional CPV code(s)

45262640

71313400

71313000

71313420

71313430

71313440

71313450

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide advice and specifications to reduce carbon for both energy to power the estate and also the operational fleet. This will require comparisons of solutions whilst also the development of programmes of improvements to reduce carbon across the whole organisation. Experience and knowledge of renewable initiatives are fundamental as would be the assessment of existing building stock to establish best fit solutions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

WAST (North): Architectural Services

II.2.2) Additional CPV code(s)

71221000

71220000

71200000

71210000

71000000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide design, architectural and planning services, CDM services and Clerk of works services and advice for new build and refurbishment projects.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

WAST (North): Cost Management Services

II.2.2) Additional CPV code(s)

71242000

71244000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide cost management services and advice for new build and refurbishment projects. Services will include but are not limited to; cost planning, cash flow forecasting, tendered cost scrutiny and valuation negotiation.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

WAST (North): Civil and Structural Engineering Services and Environmental Services

II.2.2) Additional CPV code(s)

71311000

71312000

71313000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide civil, structural and environmental services and advice for new build and refurbishment projects. Services will include but are not limited to; structural design, drainage design, SUDS planning etc.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

WAST (North): Building Services Engineering Services

II.2.2) Additional CPV code(s)

71315210

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide building services design and advice for new build and refurbishment projects. Services will include but are not limited to; Mechanical and Electrical design to replace existing plant and new build sites. Possible cost saving and environmental design and advice such a solar panels and rainwater harvesting systems.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 11

II.2.1) Title

WAST (North): Project and Programme Management

II.2.2) Additional CPV code(s)

71541000

72224000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide project and programme management services for new build and refurbishment projects. The successful supplier will be expected to manage major projects and minor projects of a complex nature and also ensure that projects are kept on programme throughout. There is a requirement in this role to manage the Design Team throughout the project.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 12

II.2.1) Title

WAST (North): Decarbonisation

II.2.2) Additional CPV code(s)

45262640

71313000

71313400

71313420

71313430

71313440

71313450

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide advice and specifications to reduce carbon for both energy to power the estate and also the operational fleet. This will require comparisons of solutions whilst also the development of programmes of improvements to reduce carbon across the whole organisation. Experience and knowledge of renewable initiatives are fundamental as would be the assessment of existing building stock to establish best fit solutions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 13

II.2.1) Title

WAST (South): Architectural Services

II.2.2) Additional CPV code(s)

71000000

71221000

71220000

71200000

71210000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide design, architectural and planning services, CDM services and Clerk of works services and advice for new build and refurbishment projects.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 14

II.2.1) Title

WAST (South): Cost Management Services

II.2.2) Additional CPV code(s)

71242000

71244000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide cost management services and advice for new build and refurbishment projects. Services will include but are not limited to; cost planning, cash flow forecasting, tendered cost scrutiny and valuation negotiation.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 15

II.2.1) Title

WAST (South): Civil and Structural Engineering Services and Environmental Services

II.2.2) Additional CPV code(s)

71311000

71312000

71313000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide civil, structural and environmental services and advice for new build and refurbishment projects. Services will include but are not limited to; structural design, drainage design, SUDS planning etc.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 16

II.2.1) Title

WAST (South): Building Services Engineering Services

II.2.2) Additional CPV code(s)

71315210

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide building services design and advice for new build and refurbishment projects. Services will include but are not limited to; Mechanical and Electrical design to replace existing plant and new build sites. Possible cost saving and environmental design and advice such a solar panels and rainwater harvesting systems.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 17

II.2.1) Title

WAST (South): Project and Programme Management

II.2.2) Additional CPV code(s)

71541000

72224000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide project and programme management services for new build and refurbishment projects. The successful supplier will be expected to manage major projects and minor projects of a complex nature and also ensure that projects are kept on programme throughout. There is a requirement in this role to manage the Design Team throughout the project.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 18

II.2.1) Title

WAST (South): Decarbonisation

II.2.2) Additional CPV code(s)

45262640

71313000

71313400

71313420

71313430

71313440

71313450

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

To provide advice and specifications to reduce carbon for both energy to power the estate and also the operational fleet. This will require comparisons of solutions whilst also the development of programmes of improvements to reduce carbon across the whole organisation. Experience and knowledge of renewable initiatives are fundamental as would be the assessment of existing building stock to establish best fit solutions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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 suppliers must be suitably qualified to provide professional services and advice to each organisation.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/10/2021

Local time: 12:00

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

Date: 01/11/2021

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

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

4 years

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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=113893.

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:113893)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

09/09/2021

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71221000 Architectural services for buildings Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71315200 Building consultancy services Building services
71315210 Building services consultancy services Building services
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71541000 Construction project management services Construction management services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
45262640 Environmental improvement works Special trade construction works other than roof works
71313430 Environmental indicators analysis for construction Environmental engineering consultancy services
71313450 Environmental monitoring for construction Environmental engineering consultancy services
71313420 Environmental standards for construction Environmental engineering consultancy services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
71312000 Structural engineering consultancy services Consultative engineering and construction services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
09 September 2021
Deadline date:
12 October 2021 00:00
Notice type:
02 Contract Notice
Authority name:
South Wales Fire and Rescue Service
Publication date:
14 February 2022
Deadline date:
11 March 2022 00:00
Notice type:
Stage 2
Authority name:
South Wales Fire and Rescue Service
Publication date:
31 May 2022
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
South Wales Fire and Rescue Service

About the buyer

Main contact:
m-deasy@southwales-fire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
21/09/2021 09:39
REPLACED FILE: PQQ Questionnaire
PQQ Questionnaire v2
21/09/2021 09:52
REPLACED FILE: PQQ Questionnaire v2
PQQ Questionnaire v2

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

xlsx
xlsx70.92 KB
This file may not be accessible.
doc
doc1,017.00 KB
This file may not be accessible.

Replaced documents

xlsx

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.