Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police & Crime Commissioner for South Wales
Police Headquarters, Cowbridge Road
Bridgend
CF31 3SU
UK
Telephone: +44 1656869409
E-mail: alyson.howe@south-wales.pnn.police.uk
NUTS: UKL17
Internet address(es)
Main address: www.south-wales.police.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0583
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://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
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:
https://etenderwales.bravosolution.co.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Planned and Reactive Mechanical Maintenance
Reference number: File 450
II.1.2) Main CPV code
79993100
II.1.3) Type of contract
Services
II.1.4) Short description
The Contractor shall provide the service, maintenance, installation, repair and replacement parts for heating, cooling and ventilation systems and general plumbing services.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
39715000
II.2.3) Place of performance
NUTS code:
UKL17
UKL18
UKL2
UKL22
UKL15
Main site or place of performance:
South Wales Police Premises
II.2.4) Description of the procurement
The service, maintenance, installation, repair and replacement parts for heating, cooling and ventilation systems and general plumbing services.
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
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Two annual extensions
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:
Please also see Paragraph 3 of the Specification within the Contract Document - Minimum Qualification Requirements and Essential Skills.
As appropriate to the specific role being undertaken and the Services being provided, Staff shall have the following qualifications and training as a minimum standard:
(a) Plumbing Engineer
- Plumbing NVQ Level 2
(b) Plumbing and Heating Engineer (to include Water Heaters)
- NVQ Level 3 Plumbing and Heating Qualification
- Gas Safe Engineer to include Domestic and Commercial Applications:
o Domestic to include CCN1 Core Gas, CENWAT Central heating boilers and instantaneous hot water heaters, CKR1 – domestic gas cookers, CPA1 Flue Gas Analysers, HTR1 –domestic open, balanced and fan flued gas fires and wall heaters, HWB1 – gas fired hot water boilers 15-40kw, CCCN1 – catering core, UHW1 – unvented hot water.
o Commercial – in addition to the above to include CCP1 commission of commercial plant, CDGA1 Commission and service of direct fired heaters, CIGA1 commission, service repair and breakdown of commercial indirect fired heating appliances and equipment, COCN1 core commercial gas safety, CORT1 commissioner service and repair breakdown of gas fired commercial overhead luminance and radiant tube heaters, ICPN1 installation 1st fix of commercial pipework, TPCP1 testing and direct purging of low pressure commercial installation pipework, CONGLP1PD changeover from natural gas core domestic for permanent dwellings.
- OFTEC Registered Engineer for Oil Applications
(c) Refrigerant Engineer
- City and Guilds Level 2 - F Gas SRAC (2079-11 Cat1-4)
(d) Electrical Engineer
- NVQ3 in Electrical Engineering and ECA (or similar electrical governing body) 18th Edition (as a minimum).
(e) Engineer - Fire Damper and LEV
- Staff carrying out the test and inspection of fire dampers shall be suitably trained to inspect, test, fault find and reset fire dampers in accordance with BS 9999 2017 Annex W1, BESA TB001 and DW 145 Guidance.
- All Local Exhaust Ventilation (LEV) works must be undertaken by a qualified P601 Engineer.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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:
15/06/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
15/06/2020
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=101543
(WA Ref:101543)
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
01/05/2020