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.

UK4

Inspection, Testing, Maintenance & Remedials of Commercial Boilers, Associated Plant and Equipment across Powys

  • First published: 12 June 2025
  • Last modified: 12 June 2025
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0547b2
Published by:
Powys County Council
Authority ID:
AA0354
Publication date:
12 June 2025
Deadline date:
07 July 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Powys County Council is seeking to engage suitably experienced and competent Contractors to enter into a Contract for Inspection, Testing, Maintenance and Remedials of Commercial Boilers within Corporate Buildings across the County of Powys for a three (3) year period with an option to extend for up to a further 24 months.Works to include Inspection, Testing, Servicing and Remedials of Oil Boilers, Gas Boilers, LPG Boilers and Laboratory Gas Taps.

Full notice text

Scope

Procurement reference

itt_117033

Procurement description

Powys County Council is seeking to engage suitably experienced and competent Contractors to enter into a Contract for Inspection, Testing, Maintenance and Remedials of Commercial Boilers within Corporate Buildings across the County of Powys for a three (3) year period with an option to extend for up to a further 24 months.

Works to include Inspection, Testing, Servicing and Remedials of Oil Boilers, Gas Boilers, LPG Boilers and Laboratory Gas Taps.

Main category

Services

Delivery regions

  • UKL24 - Powys

Total value (estimated, excluding VAT)

500000 GBP to 500000GBP

Contract dates (estimated)

01 October 2025, 00:00AM to 30 September 2028, 23:59PM

Extension end date (if all the extensions are used): 30 September 2030

Contracting authority

Powys County Council

Identification register:

  • GB-PPON

Address 1: County Hall

Town/City: Llandrindod Wells

Postcode: LD1 5LG

Country: United Kingdom

Website: https://www.powys.gov.uk

Public Procurement Organisation Number: PQBT-5413-HMDT

Contact name: Claire Davies

Email: commercialservices@powys.gov.uk

Telephone: 01597 826000

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 2 lots

North Powys

Lot number: 1

Description

North Powys - Inspection, Testing, Maintenance and Remedials of Commercial Boilers, Associated Plant and Equipment

CPV classifications

  • 50531100 - Repair and maintenance services of boilers

Delivery regions

  • UKL24 - Powys

Lot value (estimated)

250000 GBP Excluding VAT

300000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 October 2025, 00:00AM

Contract end date (estimated)

30 September 2028, 23:59PM

Extension end date (estimated)

30 September 2030, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Option to extend for upto a further 24 months, at the Council's discretion, after initial three year contract period

Maximum number of lots a supplier can bid for

1

Maximum number of lots a supplier can be awarded

1

Description of how multiple lots may be awarded

Lots are based on geographical area i.e. North Powys and South Powys. Bidders may apply for one or both lots. Where bidders apply for more than one Lot and are successfully awarded more than one Lot, the successful bidders must have the capacity to undertake all Contracts simultaneously and ensure that all awarded Contracts are managed and run concurrently.

Participation

Conditions

Economic

Conditions of participation

Bidders must:

- be registered with the Central Digital Platform (“CDP”) prior to the Tender Date.

- be registered with valid Constructionline Silver registration (or demonstrably equivalent accreditation) with work categories relevant to the subject matter of the contract.

- be registered with valid Safety Schemes in Procurement (“SSIP”) accredited scheme (or equivalent).

- must demonstrate sufficient financial standing and pass a financial assessment

- the following minimum insurance cover must be in place, or confirmed in writing to be in place by contract commencement date:

(i) Public Liability Insurance: minimum 5,000,000GBP for any one occurrence or series of occurrences arising out of one event;

(ii) Employer’s Liability Insurance: minimum 5,000,000GBP for any one occurrence or series of occurrences arising out of one event;

(iii) Professional Indemnity Insurance: minimum 2,000,000GBP for each and every claim.

- confirm acceptance of the terms and conditions as contained within the JCT Measured Term Contract & Schedule of Amendments.

Conditions

Economic

Conditions of participation

Bidders must:

- provide clear evidence of demonstrable experience in delivering contracts that are comparable in nature, scope, value, and duration to the requirements of this procurement.

- All Contractors and Engineers must be on the approved Gas Safe Register. The installer, or any engineer, working on any gas appliance must be competent and hold a current Gas Safe certificate for the type of appliance/gas (NG/LPG) work being undertaken and must maintain registrations throughout the lifetime of the Contract. All engineers must be registered as an Engineer under the Contractor’s name they are carrying out the work for.

- All Contractors and Engineers must be OFTEC registered for oil installations or maintenance, as applicable. The installer, or any engineer, working on any oil appliance must be competent and hold a current OFTEC certificate for the type of work being undertaken. All engineers must be registered as an Engineer for the Contractor they are carrying out the work for.

- All electrical works must be signed-off by an engineer who is Electrotechnical Certification Scheme (ECS) registered, or who holds an equivalent qualification (e.g. NICEIC, ELECSA, NAPIT).

- All personnel engaged to work on this contract must be suitably trained, experienced, and competent to undertake the contracted works as detailed within the Specification.

- ensure that all site operatives have undertaken Asbestos Awareness Training

- where applicable, staff must hold, up to date Disclosure and Barring Service (“DBS”) in accordance with the Council’s DBS Policy

Award criteria

Type: quality

Name

Quality

Description

As per Tender Documents

Weighting: 60.00

Weighting type: percentageExact

Type: price

Name

Pricing Schedule

Description

Please see Tender Documents.

Weighting: 40.00

Weighting type: percentageExact

South Powys

Lot number: 2

Description

South Powys - Inspection, Testing, Maintenance and Remedials of Commercial Boilers, Associated Plant and Equipment

CPV classifications

  • 50531100 - Repair and maintenance services of boilers

Delivery regions

  • UKL24 - Powys

Lot value (estimated)

250000 GBP Excluding VAT

300000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 October 2025, 00:00AM

Contract end date (estimated)

30 September 2028, 23:59PM

Extension end date (estimated)

30 September 2030, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Option to extend for upto a further 24 months, at the Council's discretion, after initial three year contract period

Maximum number of lots a supplier can bid for

1

Maximum number of lots a supplier can be awarded

1

Description of how multiple lots may be awarded

Lots are based on geographical area i.e. North Powys and South Powys. Bidders may apply for one or both lots. Where bidders apply for more than one Lot and are successfully awarded more than one Lot, the successful bidders must have the capacity to undertake all Contracts simultaneously and ensure that all awarded Contracts are managed and run concurrently.

Participation

Conditions

Economic

Conditions of participation

Bidders must:

- be registered with the Central Digital Platform (“CDP”) prior to the Tender Date.

- be registered with valid Constructionline Silver registration (or demonstrably equivalent accreditation) with work categories relevant to the subject matter of the contract.

- be registered with valid Safety Schemes in Procurement (“SSIP”) accredited scheme (or equivalent).

- must demonstrate sufficient financial standing and pass a financial assessment

- the following minimum insurance cover must be in place, or confirmed in writing to be in place by contract commencement date:

(i) Public Liability Insurance: minimum 5,000,000 GBP for any one occurrence or series of occurrences arising out of one event;

(ii) Employer’s Liability Insurance: minimum 5,000,000 GBP for any one occurrence or series of occurrences arising out of one event;

(iii) Professional Indemnity Insurance: minimum 2,000,000 GBP for each and every claim.

- confirm their acceptance of the terms and conditions as contained within the JCT Measured Term Contract & Schedule of Amendments.

Conditions

Economic

Conditions of participation

Bidders must:

- provide clear evidence of demonstrable experience in delivering contracts that are comparable in nature, scope, value, and duration to the requirements of this procurement.

- All Contractors and Engineers must be on the approved Gas Safe Register. The installer, or any engineer, working on any gas appliance must be competent and hold a current Gas Safe certificate for the type of appliance/gas (NG/LPG) work being undertaken and must maintain registrations throughout the lifetime of the Contract. All engineers must be registered as an Engineer under the Contractor’s name they are carrying out the work for.

- All Contractors and Engineers must be OFTEC registered for oil installations or maintenance, as applicable. The installer, or any engineer, working on any oil appliance must be competent and hold a current OFTEC certificate for the type of work being undertaken. All engineers must be registered as an Engineer for the Contractor they are carrying out the work for.

- All electrical works must be signed-off by an engineer who is Electrotechnical Certification Scheme (ECS) registered, or who holds an equivalent qualification (e.g. NICEIC, ELECSA, NAPIT).

- All personnel engaged to work on this contract must be suitably trained, experienced, and competent to undertake the contracted works as detailed within the Specification.

- ensure that all site operatives have undertaken Asbestos Awareness Training

- where applicable, staff must hold, up to date Disclosure and Barring Service (“DBS”) in accordance with the Council’s DBS Policy

Award criteria

Type: quality

Name

Quality

Description

As per Tender Documents.

Weighting: 60.00

Weighting type: percentageExact

Type: price

Name

Pricing Schedule

Description

Please see Tender Documents.

Weighting: 40.00

Weighting type: percentageExact

Submission

Tender submission deadline

07 July 2025, 12:00PM

Enquiry deadline

30 June 2025, 12:00PM

Date of award of contract

11 September 2025, 23:59PM

Submission address and any special instructions

Instructions for Suppliers – Registration on eTenderwales -Powys County Council will be conducting this tender through the Value Wales e-Tendering portal. This can be found atwww.etenderwales.bravosolution.co.uk, all information may be downloaded and returned through this channel.Internet address(es): http://etenderwales.bravosolution.co.uk

An electronic auction will be used

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

02 January 2030, 23:59PM

Languages that may be used for submission

  • English
  • Welsh

Coding

Commodity categories

ID Title Parent category
50531100 Repair and maintenance services of boilers Repair and maintenance services for non-electrical machinery

Delivery locations

ID Description
1024 Powys

About the buyer

Main contact:
n/a
Admin contact:
n/a
Technical contact:
n/a
Other contact:
n/a

Further information

Date Details

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.