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: J-snooks@southwales-fire.gov.uk
Fax: +44 1443232180
NUTS: UKL
Internet address(es)
Main address: https://www.southwales-fire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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
Minor Works Projects
Reference number: SWEU062
II.1.2) Main CPV code
50700000
II.1.3) Type of contract
Services
II.1.4) Short description
South Wales Fire and Rescue Service is seeking to appoint suitably qualified and experienced contractors to provide Minor Works Projects on premises throughout South Wales Fire and Rescue Services.
The requirement is to provide an all-trades service to carry out minor projects up to the value of 250k.
II.1.5) Estimated total value
Value excluding VAT:
4 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Premises within the boundary of South Wales Fire & Rescue Service
II.2.4) Description of the procurement
The projects vary in size and complexity for each site and can often be time critical, as such the successful contractor needs to be in a position to mobilise quickly. The sites will often need to remain operational for which the successful contractors will need to implement robust systems of work to facilitate this. Each project is different and will cater for the needs of each individual site. The contractor will be expected to be all encompassing and manage every aspect of the given project, this includes the appointing and management of any sub-contractors.
The trades required are but not restricted to:
Carpenters
Joiners
Electricians
Plumbers
Painter – Decorators
Plasterers
Floor layers
Tilers
Foremen
Site Managers
Site Supervisors
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
4 000 000.00
GBP
II.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:
Potential renewal in 4 years
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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:
24/03/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
01/04/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
approx 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 http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=148306.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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:148306)
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
19/02/2025