Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 21st Dec 2023
Reference | ocds-h6vhtk-042907 |
Common Procurement Vocabulary | Building construction work |
Procurement Method | Restricted procedure |
Value | £10,000,000 |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 21st Dec 2023
Reference | ocds-h6vhtk-042907 |
Common Procurement Vocabulary | Building construction work |
Procurement Method | Restricted procedure |
Value | £10,000,000 |
Section I: Contracting authority
I.1) Name and addresses
South Wales Fire and Rescue Service
South Wales Fire and Rescue Service Headquarters, Forest View Business Park, Llantrisant
Llantrisant
CF72 8LX
m-deasy [at] southwales-fire.gov.uk
Telephone
+44 1443232082
Fax
+44 1443232180
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
https://www.southwales-fire.gov.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360
I.2) Information about 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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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://www.sell2wales.gov.wales
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
New Inn Station Build
II.1.2) Main CPV code
- 45210000 - Building construction work
II.1.3) Type of contract
Works
II.1.4) Short description
As part of its on-going estate management, South Wales Fire and Rescue Service are looking to re-develop New Inn Fire Station.
Currently at planning stage, SWFRS plans to demolish the existing fire station and erect a new fire station on the existing footprint.
One Principal Contractor will be appointed to run the project and Contractors will be appointed using a JCT Standard Building Contract.
II.1.5) Estimated total value
Value excluding VAT: £10,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
- 45216100 - Construction work for buildings relating to law and order or emergency services
- 45216120 - Construction work for buildings relating to emergency services
II.2.3) Place of performance
NUTS codes
- UKL - Wales
II.2.4) Description of the procurement
As part of its on-going estate management, South Wales Fire and Rescue Service are looking to re-develop New Inn Fire Station. Currently at planning stage, SWFRS plans to demolish the existing fire station and erect a new fire station on the existing footprint.
A new build, as opposed to a refurbishment of existing buildings, brings the opportunity to design the building with sustainability as a key objective. This includes the potential to integrate renewable energy measures and ensure that the building fabric achieves contemporary thermal insulation targets. The scheme will aim to achieve BREEAM Excellent and be Net Zero Carbon (NZC) in operation and stand as an exemplar project within SWFRS’s Estate.
One Principal Contractor will be appointed to run the project and Contractors will be appointed using a JCT Standard Building Contract.
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
24
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The top five (5) suppliers with the highest score will be invited to tender. In the event of a tie all suppliers with the same score will be invited to tender.
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the 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
9 February 2024
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 March 2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
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: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=137322.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
TBA at contract award
(WA Ref:137322)
Download the ESPD document here: [[https://www.sell2wales.gov.wales/ESPD/ESPD_Download.aspx?id=137322]]
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
Telephone
+44 2079477501
Country
United Kingdom