Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-031851/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: South Wales Fire and Rescue Service
Postal address: South Wales Fire and Rescue Service Headquarters, Forest View Business Park, Llantrisant
Town: Llantrisant
Postal code: CF72 8LX
Country: United Kingdom
Contact Person: Michelle Deasy
Telephone: +44 1443232082
Email: m-deasy@southwales-fire.gov.uk
Fax: +44 1443232180
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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:
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: Heating and Building Management System Maintenance
II.1.2) Main CPV code: 50000000
II.1.3) Type of contract: Services
II.1.4) Short Description: South Wales Fire and Rescue Service (SWFRS) seeks to appoint a suitably qualified and experienced contractor to provide inspection, maintenance, repair, renewal and troubleshooting on the following systems/equipment (across the SWFRS estate: –
Gas fired systems (Boilers and Burners)
Water Heaters
Gas Fired Catering Equipment
Miscellaneous Gas Equipment
Air Source Heat Pumps
Building Management System
The services shall be provided under the NEC 3 Term Service Contract April 2013.
The term of the contract will be 3 years with an option to extend, at the sole discretion of SWFRS, for up to an additional 2 years.
II.1.5) Estimated total value:
Value excluding VAT: 1000000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
50531200, 39715000, 39715200, 44620000, 45259300, 48000000, 48421000, 72514100, 45259000, 50000000, 50324100, 50531100, 50720000, 50800000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
South Wales Fire and Rescue Service (SWFRS) seeks to appoint a suitably qualified and experienced contractor to provide inspection, maintenance, repair, renewal and troubleshooting on the following systems/equipment (across the SWFRS estate:
Gas fired systems (Boilers and Burners)
Water Heaters
Gas Fired Catering Equipment
Miscellaneous Gas Equipment
Air Source Heat Pumps
Building Management System
The services shall be provided under the NEC 3 Term Service Contract April 2013.
The term of the contract will be 3 years with an option to extend, at the sole discretion of SWFRS, for up to an additional 2 years.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:There will be an option to extend, at the sole discretion of SWFRS, for up to an additional 2 years.
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 yes
Description of options: The Service shall require the successful Contractor to provide fixed price quotations for repair works to existing equipment, the replacement of existing equipment and the supply, installation and commissioning of new equipment as and when required.
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 engineers/subcontractors must be suitably qualified to work on equipment/systems listed within ITT Part 1, Section 3 and Appendix B Pricing Schedule and Site Details.
The successful Contractor or subcontractors must be Trend accredited installers.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the 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: 2023-11-29 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN, CY
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-11-29 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:Potential to re-tender Oct 2026, Oct 2027 or Oct 2028 dependent on if extensions are taken.
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
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
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:135806)
Download the ESPD document here: [[]]
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice:2023-10-27