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