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
  
            Contact person: Matthew Green
  
            Telephone: +44 1656655555
  
            E-mail: matthew.green@south-wales.police.uk
  
            NUTS: UKL17
  Internet address(es)
  
              Main address: https://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/go/78402911019275F955FF
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/go/78402911019275F955FF
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Contract for the Provision of Alteration and Improvement works – House 1&2 and 3&4, South Wales Police Headquarters, Bridgend
II.1.2) Main CPV code
  45210000
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  Contract for the Provision of Alteration and Improvement works – House 1&2 and 3&4, South Wales Police Headquarters, Bridgend
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    45213150
    45216000
    45216100
    45216110
    45216120
    II.2.3) Place of performance
    NUTS code:
    UKL17
    II.2.4) Description of the procurement
    The works generally include internal alteration; replacement of windows and external doors;
    replacement of rainwater goods; upgrading roof insulation and access; new floor and ceiling finishes;
    replacement of internal doors; new mechanical and electrical installations; new kitchen and sanitary
    fittings; full redecoration; minor drainage and external works with modifications; provision of
    individual garage structure and associated works.
    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: 6
    
                  This contract is subject to renewal: No
                
    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.1.2) 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
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:
              11/11/2024
  
                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:
              11/11/2024
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=145064
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Contractors will comply with;
The Control of Pollution Act 1974
BS 5228
Waste Regulation Authority
(WA Ref:145064)
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
10/10/2024