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.

02 Contract Notice

Planned and Reactive Mechanical Maintenance

  • First published: 04 May 2020
  • Last modified: 04 May 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-101543
Published by:
Police & Crime Commissioner for South Wales
Authority ID:
AA0583
Publication date:
04 May 2020
Deadline date:
15 June 2020
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contractor shall provide the service, maintenance, installation, repair and replacement parts for heating, cooling and ventilation systems and general plumbing services. CPV: 79993100, 39715000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79993100 Facilities management services Building and facilities management services
39715000 Water heaters and heating for buildings; plumbing equipment Electrical domestic appliances

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
04 May 2020
Deadline date:
15 June 2020 00:00
Notice type:
02 Contract Notice
Authority name:
Police & Crime Commissioner for South Wales
Publication date:
10 August 2020
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Police & Crime Commissioner for South Wales

About the buyer

Main contact:
alyson.howe@south-wales.pnn.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
05/05/2020 10:39
TUPE
Please note a Confidentiality Agreement is required to be signed before any confidential data in relation to TUPE can be released the tenderer.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.