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.

SPD download

The Single Procurement Document (SPD) is a standard form, which replaces pre-qualification questionnaires, and should make the process of bidding for a public contract easier. Its purpose is to remove some of the barriers to participation in public procurement, especially for Small and Medium Enterprises (SME's). Download the SPD document for this procurement exercise below.

This download of the SPD is provided for information only. Bidders should not use this document to create an SPD response. In order to respond to the SPD you must first express interest in this opportunity. Further information is available in the Supplier Guide.


SPD request details

Authority Details

Official Name: Mid and West Wales Fire and Rescue Service

Country: United Kingdom (GB)

Notice Details

Procurement Procedure

Title: Carpentry and Building Works

Short Decription: Mid and West Wales Fire and Rescue Authority on behalf of themselves and the Police and Crime Commissioner for Dyfed Powys are seeking tenders for the provision of Building and Carpentry Services, to carry out minor works across their Service areas. The Framework will consist of 2 Lots, which will then be split into the following regional Lots covering the service areas: Lot 1 – Mid and West Wales Fire and Rescue Authority Lot 1a - Neath Port Talbot Lot 1b - Swansea Lot 1c - Carmarthenshire Lot 1d - Pembrokeshire Lot 1e - Ceredigion Lot 1f - Powys Lot 2 – Police and Crime Commissioner for Dyfed Powys Lot 2a - Carmarthenshire Lot 2b - Pembrokeshire Lot 2c - Ceredigion Lot 2d - Powys

File Reference Number: MWT32

Criteria

Procedure - Information about Lots

[C63] Requirements on lots
Please provide further information about the lots on this contract.

Tenders may be submitted for: - more than one lot - provide maximum number of lots: 4
Limit lots? - Maximum number of lots that may be awarded to one tenderer: 4

Procedure - CPV Codes

[C64] Procurement Procedure CPV
Procurement Procedure CPV

Selected CPVs: - 44230000, 45420000, 45422000, 71315000, 44220000, 45210000, 45216120, 45261410, 45300000, 45320000, 45430000, 45442110

Bidder Information - Bidder Information

[2A1] SME

Are you a Small, Medium or Micro Enterprise (SME)?

[2A2] Supported Business
Relevant classifications (state whether you fall within one of these, and if so which one)

a)   Voluntary Community Social Enterprise (VCSE)
b)   Sheltered Workshop

c)   Public service mutual

 

[2A3] Form of participation
Are you bidding as the lead contact for a group of economic operators?

[2A4] Subcontracting
Are you or, if applicable, the group of economic operators proposing to use sub-contractors?

[2A5] Enrolment in a relevant professional register
If applicable, is your organisation registered with the appropriate professional or trade register(s) in the member state where it is established?

[2A6] Authorisation of a particular organisation needed
Is it a legal requirement in the state where you are established for you to possess a particular authorisation, or be a member of a particular organisation in order to provide the services specified in this procurement?

Exclusion - Grounds for Mandatory Exclusion

[3A1a] The Common Law Offence of Conspiracy

Has the bidder been found to be guilty of a participation offence as defined by section 45 of the Serious Crime Act 2015
Conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977 or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983, where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime?

 

[3A1b] Corruption

Has the bidder been found guilty of Corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906; The common law offence of bribery; Bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010, or section 113 of the Representation of the People Act 1983?

[3A1c] Fraud

Has the bidder been found guilty of any of the following offences, where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the convention on the protection of the financial interests of the European Communities:

- the common law offence of cheating the Revenue;

- the common law offence of conspiracy to defraud; 

- fraud or theft within the meaning of the Theft Act 1968, the Theft Act (Northern Ireland) 1969, the Theft Act 1978 or the Theft (Northern Ireland) Order 1978;

- fraudulent trading within the meaning of section 458 of the Companies Act 1985, article 451 of the Companies (Northern Ireland) Order 1986 or section 993 of the Companies Act 2006;

- fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979 or section 72 of the Value Added Tax Act 1994;

- an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993;

- destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968 or section 19 of the Theft Act (Northern Ireland) 1969;

- fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006;

- the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;

[3A1d] Terrorist offences or offences linked to terrorist activities

Has the bidder been found guilty of any offence:

- listed in section 41 of the Counter Terrorism Act 2008;

- listed in schedule 2 to that Act where the court has determined that there is a terrorist connection;

- under sections 44 to 46 of the Serious Crime Act 2007 which relates to an offence covered by the previous two points?

[3A1e] Money laundering or terrorist financing

Has the bidder been found guilty of money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002;

An offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988 or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996

[3A1f] Child labour and other forms of trafficking in human beings

Has the bidder been found guilty of:

-     an offence under section 4 of the Asylum and Immigration (Treatment of Claimants etc.) Act 2004;

 -    an offence under section 59A of the Sexual Offences Act 2003

 -    an offence under section 71 of the Coroners and Justice Act 2009;

 -    an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994

-    an offence under section 2 or section 4 of the Modern Slavery Act 2015

[3A2a] Payment of taxes
Regulation 57(3) - Has it been established, for your organisation by a judicial or administrative decision having final and binding effect in accordance with the legal provisions of any part of the United Kingdom or the legal provisions of the country in which the organisation is established (if outside the UK), that the organisation is in breach of obligations related to the payment of tax?

[3A2b] Payment of social security
Regulation 57(3) - Has it been established, for your organisation by a judicial or administrative decision having final and binding effect in accordance with the legal provisions of any part of the United Kingdom or the legal provisions of the country in which the organisation is established (if outside the UK), that the organisation is in breach of obligations related to the payment of social security contributions?

Exclusion - Grounds for Discretionary Exclusion

[3B1] Breaching of obligations in the fields of environmental law
Has the bidder, to its knowledge, breached its obligations in the fields of environmental law?

[3B2] Breaching of obligations in the fields of social law
Has the bidder, to its knowledge, breached its obligations in the fields of social law?

[3B3] Breaching of obligations in the fields of labour law
Has the bidder, to its knowledge, breached its obligations in the fields of labour law?

[3B4a] Bankruptcy
Is the bidder bankrupt?

[3B4b] Insolvency
Is the bidder the subject of insolvency or winding-up proceedings?

[3B4c] Assets being administered by liquidator
Is the bidder in a situation that its assets are being administered by a liquidator or by the court?

[3B4d] Arrangement with creditors
Is the bidder in an arrangement with creditors?

[3B4e] Business activities are suspended
Is the bidder in a situation that its business activities are suspended?

[3B4f] Analogous situation like bankruptcy under national law
Is the bidder in any analogous situation arising from a similar procedure under national laws and regulations?

[3B5] Guilty of grave professional misconduct
Is the bidder guilty of grave professional misconduct?

[3B6] Agreements with other economic operators aimed at distorting competition
Has the bidder entered into agreements with other economic operators aimed at distorting competition?

[3B7] Conflict of interest due to its participation in the procurement procedure
Is the bidder aware of any conflict of interest within the meaning of regulation 24 due to the participation in the procurement procedure?

[3B8] Direct/indirect involvement in preparation of this procurement procedure
Has the bidder or an undertaking related to it advised the organisation or contracting entity or otherwise been involved in the preparation of the procurement procedure?

[3B9] Early termination
Has the bidder shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions?

[3B10] Blacklisting
Have you, or has your organisation, been found to have employed the practice of 'blacklisting' in the last three years?

[3B11] Misrepresentation

Please answer the following statements:

1) The organisation is guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria.

2) The organisation has withheld such information.

3) The organisation is not able to submit supporting documents required under regulation 59 of the Public Contracts Regulations 2015.

4) The organisation has influenced the decision-making process of the contracting authority to obtain confidential information that may confer upon the organisation undue advantages in the procurement procedure, or to negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award.

Selection - Economic and Financial Standing

[4A4] Main Business Activities
What are the main business activities of your organisation or consortium? Please limit your answer to a brief summary.

[4A5] Annual Turnover
Does your organisation’s turnover in the last financial year exceed the threshold set in the guidance to this question? If you are bidding as, or on behalf of a consortium please base your answer on consolidated data from relevant consortium members. If you are successful you must be in a position to provide evidence if required, prior to contract award, and without delay.

Lots the requirement applies to
Criteria 1
LOT 1a - Mid and West Wales Fire and Rescue Authority - Neath Port Talbot
LOT 1b - Mid and West Wales Fire and Rescue Authority - Swansea
LOT 1c - Mid and West Wales Fire and Rescue Authority - Carmarthenshire
LOT 1d - Mid and West Wales Fire and Rescue Authority - Pembrokeshire
LOT 1e - Mid and West Wales Fire and Rescue Authority - Ceredigion
LOT 1f - Mid and West Wales Fire and Rescue Authority - Powys
LOT 2a - Police and Crime Commissioner for Dyfed Powys - Carmarthenshire
LOT 2b - Police and Crime Commissioner for Dyfed Powys - Pembrokeshire
LOT 2c - Police and Crime Commissioner for Dyfed Powys - Ceredigion
LOT 2d - Police and Crime Commissioner for Dyfed Powys - Powys

Instruction
Please confirm that you have an historical (annual) turnover that is at least twice the likely (annual) contract value or can demonstrate an ability to extend your capacity to meet new requirements.

[4A6] Subcontractors
If you use subcontractor(s) or are bidding on behalf of a consortium, what processes do you have in place to check whether any of the above circumstances apply to these other organisations?

[4A9] VAT Registration
Are you registered for VAT?

[4A10] Business Type
Is your organisation (please indicate the option that applies): i) a public limited company ii) a limited company iii) a limited liability partnership (LLP) iv) other partnership v) a sole trader vi) a consortium vii) other (please specify).

[4A12] LLP registration number
Provide your company or LLP registration number (if applicable).

[4A13] DUNS Number
Provide your Dun & Bradstreet (DUNS) registration number. If you are not currently registered you must obtain a free DUNS number for your business by visiting http://www.dnb.co.uk/Forms/DUNS_Request.asp.

[4A19] Supplier Prompt Payment
Please confirm that you will pay all suppliers and sub-contractors within agreed timescales, which will not exceed 30 days.

Lots the requirement applies to
Criteria 1
LOT 1a - Mid and West Wales Fire and Rescue Authority - Neath Port Talbot
LOT 1b - Mid and West Wales Fire and Rescue Authority - Swansea
LOT 1c - Mid and West Wales Fire and Rescue Authority - Carmarthenshire
LOT 1d - Mid and West Wales Fire and Rescue Authority - Pembrokeshire
LOT 1e - Mid and West Wales Fire and Rescue Authority - Ceredigion
LOT 1f - Mid and West Wales Fire and Rescue Authority - Powys
LOT 2a - Police and Crime Commissioner for Dyfed Powys - Carmarthenshire
LOT 2b - Police and Crime Commissioner for Dyfed Powys - Pembrokeshire
LOT 2c - Police and Crime Commissioner for Dyfed Powys - Ceredigion
LOT 2d - Police and Crime Commissioner for Dyfed Powys - Powys

Instruction
All suppliers / sub-contractors must be paid within 30 days unless invoices are in legitimate dispute

Selection - Insurance

[4D1] Insurance - Employer’s (Compulsory) Liability
Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the levels of Employer's (Compulsory) Liability Insurance cover indicated below:

Lots the requirement applies to
Criteria 1
LOT 1a - Mid and West Wales Fire and Rescue Authority - Neath Port Talbot
LOT 1b - Mid and West Wales Fire and Rescue Authority - Swansea
LOT 1c - Mid and West Wales Fire and Rescue Authority - Carmarthenshire
LOT 1d - Mid and West Wales Fire and Rescue Authority - Pembrokeshire
LOT 1e - Mid and West Wales Fire and Rescue Authority - Ceredigion
LOT 1f - Mid and West Wales Fire and Rescue Authority - Powys
LOT 2a - Police and Crime Commissioner for Dyfed Powys - Carmarthenshire
LOT 2b - Police and Crime Commissioner for Dyfed Powys - Pembrokeshire
LOT 2c - Police and Crime Commissioner for Dyfed Powys - Ceredigion
LOT 2d - Police and Crime Commissioner for Dyfed Powys - Powys

Minimum amount (£)
£5 Million

[4D2] Insurance - Public Liability
Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the levels of Public Liability Insurance cover indicated below:

Lots the requirement apply to
Criteria 1
LOT 1a - Mid and West Wales Fire and Rescue Authority - Neath Port Talbot
LOT 1b - Mid and West Wales Fire and Rescue Authority - Swansea
LOT 1c - Mid and West Wales Fire and Rescue Authority - Carmarthenshire
LOT 1d - Mid and West Wales Fire and Rescue Authority - Pembrokeshire
LOT 1e - Mid and West Wales Fire and Rescue Authority - Ceredigion
LOT 1f - Mid and West Wales Fire and Rescue Authority - Powys
LOT 2a - Police and Crime Commissioner for Dyfed Powys - Carmarthenshire
LOT 2b - Police and Crime Commissioner for Dyfed Powys - Pembrokeshire
LOT 2c - Police and Crime Commissioner for Dyfed Powys - Ceredigion
LOT 2d - Police and Crime Commissioner for Dyfed Powys - Powys

Minimum Amount (£)
£5 Million

Selection - Suppliers' Past Performance

[4G1] List of relevant principal contracts
Can you supply a list of your relevant principal contracts for goods and/or services provided in the last three years?

[4G3] Sub-Contractor Performance

Can you supply the information in questions 4G1  above for any sub-contractors [or consortium members] who you are relying upon to perform this contract?

Selection - Health and Safety

[4J1] Health & Safety Enforcement Orders
Has your organisation or any of its Directors or Executive Officers been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years?

[4J2] Subcontractor Health & Safety
If you use subcontractor(s), or are bidding on behalf of a consortium, do you have processes in place to check whether any of the above circumstances apply to these other organisations? If you are successful you must be in a position to provide evidence if required, prior to contract award, and without delay.

[4J3] Health & Safety Policy
Please confirm that your company has a Health and Safety Policy? If you are successful you must be in a position to provide evidence if required, prior to contract award, and without delay.

[4J6] Health & Safety Training
Do your staff receive induction and / or safety training before undertaking work?

[4J6a] Health & Safety Training
Do you use subcontractors to carry out work on your behalf?

Selection - Environmental

[4K1] Environmental Policy
Has your organisation been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority)?

[4K2] Environmental Policy - Subcontracting
If you use subcontractor(s), or are bidding on behalf of a consortium, do you have processes in place to check whether any of these organisations have been convicted or had a notice served upon them for infringement of environmental legislation?

Selection - Quality Management

[4L2] Quality Management Policy
Do you have a documented process designed to ensure that the quality of your products or services is consistent.

Selection - Waste Management

[4N2] Waste management
Do you have experience of evaluating recycled content and specifying building materials containing higher recycled content as well as reused materials?


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.