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 Electrical Maintenance Services

  • First published: 13 July 2021
  • Last modified: 13 July 2021
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.
Information icon

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-110565
Published by:
Police & Crime Commissioner for South Wales
Authority ID:
AA0583
Publication date:
13 July 2021
Deadline date:
18 August 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Police and Crime Commissioner for South Wales requires Contractor(s) to provide Planned and Reactive Electrical Maintenance Services. These Services will be split into the following Lots: Lot 1 General Electrical Maintenance Lot 2 – Lightening Protection Lot 3 – PAT Testing Lot 4 – Generator Maintenance Lot 5 – EICR (Hardwire) Testing Suppliers can bid for one or more Lots. CPV: 50711000, 50711000, 50711000, 50711000, 50711000, 50711000.

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

E-mail: swp-procurement@south-wales.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.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


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 Electrical Maintenance Services

II.1.2) Main CPV code

50711000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Police and Crime Commissioner for South Wales requires Contractor(s) to provide Planned and Reactive Electrical Maintenance Services. These Services will be split into the following Lots:

Lot 1 General Electrical Maintenance

Lot 2 – Lightening Protection

Lot 3 – PAT Testing

Lot 4 – Generator Maintenance

Lot 5 – EICR (Hardwire) Testing

Suppliers can bid for one or more Lots.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

General Electrical Maintenance

II.2.2) Additional CPV code(s)

50711000

II.2.3) Place of performance

NUTS code:

UKL17

UKL18

UKL22

UKL15


Main site or place of performance:

South Wales Police Force area

II.2.4) Description of the procurement

As stated in tender documents

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

Start: 01/02/2022

End: 31/01/2025

This contract is subject to renewal: Yes

Description of renewals:

Option to extend annually for three further 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: 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

Lot No: 2

II.2.1) Title

Lightening Protection

II.2.2) Additional CPV code(s)

50711000

II.2.3) Place of performance

NUTS code:

UKL17

UKL18

UKL22

UKL15


Main site or place of performance:

South Wales Police Force area

II.2.4) Description of the procurement

As stated in tender documents

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

Start: 01/02/2022

End: 31/01/2025

This contract is subject to renewal: Yes

Description of renewals:

Option to extend annually for three 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: 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

Lot No: 3

II.2.1) Title

PAT Testing

II.2.2) Additional CPV code(s)

50711000

II.2.3) Place of performance

NUTS code:

UKL17

UKL18

UKL22

UKL15


Main site or place of performance:

South Wales Police Force area

II.2.4) Description of the procurement

As stated in tender documents

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

Start: 01/02/2022

End: 31/01/2025

This contract is subject to renewal: Yes

Description of renewals:

Option to extend annually for three 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: 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

Lot No: 4

II.2.1) Title

Generator Maintenance

II.2.2) Additional CPV code(s)

50711000

II.2.3) Place of performance

NUTS code:

UKL17

UKL18

UKL22

UKL15


Main site or place of performance:

South Wales Police Force area

II.2.4) Description of the procurement

As stated in tender documents

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

Start: 01/02/2022

End: 31/01/2025

This contract is subject to renewal: Yes

Description of renewals:

Option to extend annually for three 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: 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

Lot No: 5

II.2.1) Title

EICR (Hardwire) Testing

II.2.2) Additional CPV code(s)

50711000

II.2.3) Place of performance

NUTS code:

UKL17

UKL18

UKL22

UKL15


Main site or place of performance:

South Wales Police Force area

II.2.4) Description of the procurement

As stated in tender documents

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

Start: 01/02/2022

End: 31/01/2025

This contract is subject to renewal: Yes

Description of renewals:

Option to extend annually for three 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: 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:

The Contractor shall be a member of the following organisation:

Electrical Contractors Association (ECA)

OR

National Inspection Council for Electrical Installation Contracting (NICEIC)

Further details of qualifications and experience required are stated in the tender documents.

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


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

As stated in the tender documents

III.2.2) Contract performance conditions

As stated in the tender documents

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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: 18/08/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 18/08/2021

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:

Summer 2024 depending on whether optional extensions

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

TUPE applies to this Contract. Please see the Instructions to Tenderer within the Tender Document for further 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=110565

(WA Ref:110565)

The buyer considers that this contract is suitable for consortia.

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

13/07/2021

Coding

Commodity categories

ID Title Parent category
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations

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:
13 July 2021
Deadline date:
18 August 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Police & Crime Commissioner for South Wales
Publication date:
09 March 2022
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Police & Crime Commissioner for South Wales

About the buyer

Main contact:
swp-procurement@south-wales.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
14/07/2021 16:32
AMENDMENT TO CONDITIONS FOR PARTICIPATION
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
The Contractor shall be a member of the following organisations:

Applicable to Lots 1, 3, 4 and 5:
Electrical Contractors Association (ECA)
OR
National Inspection Council for Electrical Installation Contracting (NICEIC)

Applicable to Lot 2:
Association of Technical Lightning and Access Specialists (ATLAS) or equivalent

The Contractor shall ensure that the Staff have the minimum qualification requirements stated below.
Only applicable for Lot 1 - 18th Edition regulations + Test/Inspection City & Guilds 2391/2
Only applicable for Lot 2 - BS EN 62305 Accredited Lightning Protection system designers
Only applicable for Lot 3 – City & Guilds level 3 – Inspection and testing of electrical equipment (PAT Testing)
Only applicable for Lot 4 – NVQ Level 3 or City & Guilds 2395/6 or 2391/2
Only applicable for Lot 5 - 18th Edition regulations + Test/Inspection City & Guilds 2391/2

Applicable for all Lots:
ECS/CSCS Card stipulating ‘Installation Electrician’ or ‘Maintenance Electrician’ grade.
Asbestos Awareness Training - Staff must have undertaken training (UKATA/IATP/ BOHS/ASHEeLA) within the previous 12 months and shall successful complete annual training thereafter.
Abrasive Wheel Training.

Where these qualifications are amended, added to or replaced as required by Law, the Contractor shall be responsible, at its cost, for ensuring the Staff meet the new requirements.

Engineers shall have experience of and be competent in:
Circuit design
Project work


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.