Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Pembrokeshire County Council
  County Hall, Haverfordwest
  Pembrokeshire
  SA61 1TP
  UK
  
            Telephone: +44 1437775908
  
            E-mail: katie.mullins@pembrokeshire.gov.uk
  
            NUTS: UKL14
  Internet address(es)
  
              Main address: https://www.pembrokeshire.gov.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0255
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Fixed Wired Testing (FWT) and In-Service Testing (PAT)
            Reference number: PROC/2425/041
  II.1.2) Main CPV code
  71314100
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  To provide Fixed Wired Testing (FWT) and In-service Testing (PAT),in Public Buildings throughout Pembrokeshire.
  II.1.5) Estimated total value
  Value excluding VAT: 
			625 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    45311100
    71314100
    II.2.3) Place of performance
    NUTS code:
    UKL1
Main site or place of performance:
    Pembrokeshire
    II.2.4) Description of the procurement
    Pembrokeshire County Council (the Council) invites you to submit a bid (called a “tender”) to provide Fixed Wired Testing (FWT) and In-service Testing (PAT), in Public Buildings throughout Pembrokeshire.
    A Single Supplier will be appointed to the Framework to deliver against the Authorities requirement, with a second Supplier appointed as a ‘Reserve Supplier’.
    Pembrokeshire County Council reserves the right to award, subject to their agreement and available resource, the remainder of the Contract term to the Reserve Supplier, should the appointed Supplier fail to deliver against the Authorities requirement.
    The Framework Agreement will be for a 5 year period.
    The Authority is using etenderwales to carry out the procurement process.
    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
    
                Start:
                01/04/2025
    
                End:
                31/03/2030
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    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:
  As per Tender Docs.
  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
  III.2.2) Contract performance conditions
  As per Tender Docs.
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open 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.
  
                            Envisaged maximum number of participants to the framework agreement: 2
  
                        Justification for any framework agreement duration exceeding 4 years: In line with IET Wiring Regulations BS7671:2018 and IET Guidance Note 3 Inspection and Testing.
The aim is to ensure that the entire corporate and public property portfolio is subject to at least one round of testing/inspection by the same supplier during the 5 year term.
  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:
              14/02/2025
  
                Local time: 14:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.7) Conditions for opening of tenders
  
              Date:
              14/02/2025
  
              Local time: 14:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
Once the Contract ends after the 5 years, PCC will be going out to Tender again.
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=143825
(WA Ref:143825)
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
13/01/2025