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: South Wales Fire and Rescue Service

Country: United Kingdom (GB)

Notice Details

Procurement Procedure

Title: New Inn Station Build

Short Decription: As part of its on-going estate management, South Wales Fire and Rescue Service (SWFRS) are looking to re-develop New Inn Fire Station. Currently at planning stage, SWFRS plans to demolish the existing fire station and erect a new fire station on the existing footprint.

File Reference Number: 

Criteria

Procedure - Information about Lots

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

Procedure - CPV Codes

[C64] Procurement Procedure CPV
Procurement Procedure CPV

Selected CPVs: - 45210000, 45216100, 45216121

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?

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

[4A1] Audited Accounts
Are you able to provide a copy of your audited accounts for the last two years, if requested?

[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.

Instruction
The buyer will only select you to tender if you have a historical (annual) turnover that is sufficiently high compared to the likely (annual) contract value, or can demonstrate an ability to extend your capacity to meet new requirements. The buyer will make clear whether this should be your organisational turnover, and/or your turnover in the relevant area of business. The threshold for this contract is £3.5m per annum.

[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?

[4A7] Equalities training
Do all employees (including those from your consortium members where relevant) that come into contact with the public, or with a client’s staff members, receive equalities training?

[4A8] Project Bank Account
If you are a prime contractor the buyer may require, under the contract, that you use a Project Bank Account as the primary method of payment to your sub-contractors. Would you be willing to comply with this?

[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).

[4A11] Consortium
If your organisation is a consortium please provide the following information (if not please state Not Applicable): i) Company names and registration numbers (if applicable), of all consortium membersii) The lead member of the consortium who will be contractually responsible for delivery of the contract (if a separate legal entity is not being created)iii) If the consortium is not proposing to form a legal entity please give details of the proposed arrangements.

[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.

Selection - Technical and Professional Ability

[4B2] Subcontracting proportion
Where you intend to sub-contract a proportion of the contract, please demonstrate how you have previously maintained healthy supply chains with your sub-contractor(s)
Evidence should include, but is not limited to, details of your supply chain management tracking systems to ensure performance of the contract and including prompt payment or membership of the UK Prompt Payment Code (or equivalent schemes in other countries)

Selection - Modern Slavery Act 2015

[4C1] Modern Slavery Act
Are you a relevant commercial organisation as defined by section 54 ("Transparency in supply chains etc.") of the Modern Slavery Act 2015 ("the Act")?

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:

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:

Minimum Amount (£)
£10 million

[4D3] Insurance - Professional Indemnity
Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the levels of Professional Indemnity Insurance cover indicated below:

Minimum Amount (£)
£2 million

[4D4] Insurance - Product Liability
Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the levels of Product Liability Insurance cover indicated below:

Minimum Amount (£)
£10 million

Selection - Skills and Apprentices

[4E1] Apprenticeships
Please confirm if you will be supporting apprenticeships and skills development through this contract

[4E2] Supply Chain Support
Do you have a process in place to ensure that your supply chain supports skills, development and apprenticeships and can provide evidence if requested?

Selection - Construction

[4H1] Considerate Constructors Scheme Registration
Are you registered with the Considerate Constructors Scheme (or equivalent) and do you comply with the scheme's Code of Considerate Practice?

[4H2] Construction Skills Certification Scheme (CSCS)
Are all relevant personnel (e.g. excluding trainees and apprentices) of your organisation and any of your subcontractors/consortium members/supply chain who will be workers on or regular visitors to a construction site registered on the Construction Skills Certification Scheme (CSCS) or equivalent?

[4H3] Safety Schemes in Procurement (SSIP)
If your company is not part of an accreditation scheme recognised by Safety Schemes in Procurement (SSIP), please confirm that your company satisfies the Construction (Design and Management) Regulations 2015 If you are successful you must be in a position to provide evidence if required, prior to contract award, and without delay.

[4H5] Anti-competitive practices
Please confirm that you have a policy in place to prevent the occurrence of anti-competitive practices. If you are successful you must be in a position to provide evidence if required, prior to contract award, and without delay.

[4H6] BREEAM
Do you have experience of delivering projects that have attained BREEAM ‘Good’ or ‘Excellent’ rating, or equivalent?

Selection - IT

[4I1] Cyber Essentials Certification Scheme
Please confirm that you currently meet, or will meet if you are successful, the requirements of the Cyber Essentials Certification Scheme or equivalent. If you are successful you must be in a position to provide evidence if required, prior to contract award, and without delay.

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.

[4J4] Health & Safety Policy
Do you have a nominated competent person responsible for Health & Safety advice?

[4J5] Control of Substances Hazardous to Health (COSHH)
Please confirm that you have arrangements in place to manage chemicals used under the Control of Substances Hazardous to Health (COSHH) Regulations?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?

[4J7] Safety Schemes in Procurement (SSIP)
Are you, or is your company, registered with an industrial or occupational safety group, for example a member of the Safety Schemes in Procurement (www.SSIP.org.uk) or equivalent? If you are bidding as, or on behalf of a consortium please indicate which of your consortium members are registered.

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?

[4K3] Environmental Management System
Do you operate in accordance with an Environmental Management System that is certified by a UKAS-accredited (or national equivalent) organisation? If you are successful you must be in a position to provide evidence if required, prior to contract award, and without delay. If you are bidding as a consortium, you will be required to explain which of the members has the certification in place, and how this covers the work of the consortium.

[4K4] Environmental Policy
Do you have an environmental policy statement committing your organisation to a programme of improvement?

Selection - Quality Management

[4L1] Quality Management Policy
Do you operate in accordance with a Quality Management System that is certified by a UKAS-accredited (or national equivalent) third party against ISO 9001 or an equivalent standard? If you are successful you must be in a position to provide evidence if required, prior to contract award, and without delay.

Selection - Welsh Language

[4M1] Welsh Language
Please confirm that you currently meet, or will meet if you are successful, the requirements of the Welsh language measure.

Selection - Waste Management

[4N1] Waste management
Do you have experience in preparing or contributing to a site waste management plan at the design stage which results in quantified reductions in waste arising?

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

[4N3] Waste management
Do you have experience of managing legacy waste and considering the impact that the choice of material incorporated in the build process will have when future deconstruction becomes necessary.

[4N4] Waste management
If you wish you may provide a copy of your waste management policy and processes

[4N5] Waste management
Do you have experience of providing input to a site waste management plan (including at the design stage), for example by identifying waste streams, prioritising waste reduction and recovery opportunities or forecasting waste generation?

[4N6] Waste management
Do you have experience and capability (including any management tool or processes) in managing your whole supply chain to ensure delivery of the waste to landfill objective?

Selection - Carbon Reduction Plan

[4O1] Carbon Reduction Plan
Please confirm that you have detailed your environmental management measures by completing and publishing a Carbon Reduction Plan which meets the required reporting standard, as per the Technical standard for Completion of Carbon Reduction Plans (Microsoft Word - PPN 0621 Technical standard for the Completion of Carbon Reduction Plans.docx (publishing.service.gov.uk) and Carbon Reduction Plan Template, adapted for Wales for contracts valued at £5m in total as per WPPN 06/21.

[4O2] Carbon Reduction Plan
Please confirm that your organisation is taking steps to reduce your GHG emissions over time and is publicly committed to achieving Net Zero by 2050


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.