In the case of joint procurement involving different countries – applicable national procurement law:
Please see the additional documents section for full details of the potential buying organisations.
The procurement documents are available for unrestricted and full direct access, free of charge at:
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:
Lot No: 1
II.2.1) Title
Installation of boilers and associated heating works in North Wales
II.2.2) Additional CPV code(s)
45331100
45331110
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.
II.2.4) Description of the procurement
Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 370 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 2
II.2.1) Title
Installation of insulation and associated works in North Wales
II.2.2) Additional CPV code(s)
45261320
45261410
45261900
45320000
45321000
45400000
45324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.
II.2.4) Description of the procurement
Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
29 810 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 3
II.2.1) Title
Installation of heat pumps and associated works in North Wales
II.2.2) Additional CPV code(s)
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.
II.2.4) Description of the procurement
Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
830 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 4
II.2.1) Title
Installation of solar panels and associated works in North Wales
II.2.2) Additional CPV code(s)
09332000
45310000
45260000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.
II.2.4) Description of the procurement
Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
730 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 5
II.2.1) Title
Installation of heat recovery systems and associated works in North Wales
II.2.2) Additional CPV code(s)
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.
II.2.4) Description of the procurement
Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
370 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 6
II.2.1) Title
Installation of windows and associated works in North Wales
II.2.2) Additional CPV code(s)
45421110
45421100
44221100
45400000
45441000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.
II.2.4) Description of the procurement
Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
520 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 7
II.2.1) Title
Cavity wall insulation extraction and associated works in North Wales
II.2.2) Additional CPV code(s)
45320000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.
II.2.4) Description of the procurement
Work will include but not limited to extraction of existing cavity wall insulation and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
3 230 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 8
II.2.1) Title
Installation of boilers and associated heating works in Mid Wales 1
II.2.2) Additional CPV code(s)
45331100
45331110
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 1 - Ceredigion
II.2.4) Description of the procurement
Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
160 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 9
II.2.1) Title
Installation of insulation and associated works in Mid Wales 1
II.2.2) Additional CPV code(s)
45261320
45261410
45261900
45320000
45321000
45400000
45324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 1 – Ceredigion
II.2.4) Description of the procurement
Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
3 550 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 10
II.2.1) Title
Installation of heat pumps and associated works in Mid Wales 1
II.2.2) Additional CPV code(s)
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 1 – Ceredigion
II.2.4) Description of the procurement
Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 11
II.2.1) Title
Installation of solar panels and associated works in Mid Wales 1
II.2.2) Additional CPV code(s)
09332000
45310000
45260000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 1 – Ceredigion
II.2.4) Description of the procurement
Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
90 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 12
II.2.1) Title
Installation of heat recovery systems and associated works in Mid Wales 1
II.2.2) Additional CPV code(s)
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 1 – Ceredigion
II.2.4) Description of the procurement
Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
40 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 13
II.2.1) Title
Installation of windows and associated works in Mid Wales 1
II.2.2) Additional CPV code(s)
45421110
45421100
44221100
45400000
45441000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 1 – Ceredigion
II.2.4) Description of the procurement
Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
60 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 14
II.2.1) Title
Installation of boilers and associated heating works in Mid Wales 2
II.2.2) Additional CPV code(s)
45331100
45331110
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire
II.2.4) Description of the procurement
Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 15
II.2.1) Title
Installation of insulation and associated works in Mid Wales 2
II.2.2) Additional CPV code(s)
45261320
45261410
45261900
45320000
45321000
45400000
45324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire
II.2.4) Description of the procurement
Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
6 560 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 16
II.2.1) Title
Installation of heat pumps and associated works in Mid Wales 2
II.2.2) Additional CPV code(s)
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire
II.2.4) Description of the procurement
Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
180 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 17
II.2.1) Title
Installation of solar panels and associated works in Mid Wales 2
II.2.2) Additional CPV code(s)
09332000
45310000
45260000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire
II.2.4) Description of the procurement
Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
160 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 18
II.2.1) Title
Installation of heat recovery systems and associated works in Mid Wales 2
II.2.2) Additional CPV code(s)
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire
II.2.4) Description of the procurement
Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
80 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 19
II.2.1) Title
Installation of windows and associated works in Mid Wales 2
II.2.2) Additional CPV code(s)
45421110
45421100
44221100
45400000
45441000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire
II.2.4) Description of the procurement
Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
110 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 20
II.2.1) Title
Cavity wall insulation extraction and associated works in Mid Wales
II.2.2) Additional CPV code(s)
45320000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Ceredigion, Brecknockshire, Radnorshire and Montgomeryshire
II.2.4) Description of the procurement
Work will include but not limited to extraction of existing cavity wall insulation and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Ceredigion, Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 090 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 21
II.2.1) Title
Installation of boilers and associated heating works in South East Wales 1
II.2.2) Additional CPV code(s)
45331100
45331110
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent
II.2.4) Description of the procurement
Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 260 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 22
II.2.1) Title
Installation of insulation and associated works in South East Wales 1
II.2.2) Additional CPV code(s)
45261320
45261410
45261900
45320000
45321000
45400000
45324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent
II.2.4) Description of the procurement
Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
27 320 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 23
II.2.1) Title
Installation of heat pumps and associated works in South East Wales 1
II.2.2) Additional CPV code(s)
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent
II.2.4) Description of the procurement
Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
760 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 24
II.2.1) Title
Installation of solar panels and associated works in South East Wales 1
II.2.2) Additional CPV code(s)
09332000
45310000
45260000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent
II.2.4) Description of the procurement
Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
670 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 25
II.2.1) Title
Installation of heat recovery systems and associated works in South East Wales 1
II.2.2) Additional CPV code(s)
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent
II.2.4) Description of the procurement
Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
340 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 26
II.2.1) Title
Installation of windows and associated works in South East Wales 1
II.2.2) Additional CPV code(s)
45421110
45421100
44221100
45400000
45441000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent
II.2.4) Description of the procurement
Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
480 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 27
II.2.1) Title
Installation of boilers and associated heating works in South East Wales 2
II.2.2) Additional CPV code(s)
45331100
45331110
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff
II.2.4) Description of the procurement
Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 380 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 28
II.2.1) Title
Installation of insulation and associated works in South East Wales 2
II.2.2) Additional CPV code(s)
45261320
45261410
45261900
45320000
45321000
45400000
45324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff
II.2.4) Description of the procurement
Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
29 980 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 29
II.2.1) Title
Installation of heat pumps and associated works in South East Wales 2
II.2.2) Additional CPV code(s)
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff
II.2.4) Description of the procurement
Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
840 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 30
II.2.1) Title
Installation of solar panels and associated works in South East Wales 2
II.2.2) Additional CPV code(s)
09332000
45310000
45260000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff
II.2.4) Description of the procurement
Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
730 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 31
II.2.1) Title
Installation of heat recovery systems and associated works in South East Wales 2
II.2.2) Additional CPV code(s)
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff
II.2.4) Description of the procurement
Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
380 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 32
II.2.1) Title
Installation of windows and associated works in South East Wales 2
II.2.2) Additional CPV code(s)
45421110
45421100
44221100
45400000
45441000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff
II.2.4) Description of the procurement
Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
520 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 33
II.2.1) Title
Installation of boilers and associated heating works in South East Wales 3
II.2.2) Additional CPV code(s)
45331100
45331110
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea
II.2.4) Description of the procurement
Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 430 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 34
II.2.1) Title
Installation of insulation and associated works in South East Wales 3
II.2.2) Additional CPV code(s)
45261320
45261410
45261900
45320000
45321000
45400000
45324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea
II.2.4) Description of the procurement
Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
31 040 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 35
II.2.1) Title
Installation of heat pumps and associated works in South East Wales 3
II.2.2) Additional CPV code(s)
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea
II.2.4) Description of the procurement
Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
870 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 36
II.2.1) Title
Installation of solar panels and associated works in South East Wales 3
II.2.2) Additional CPV code(s)
09332000
45310000
45260000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea
II.2.4) Description of the procurement
Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
760 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 37
II.2.1) Title
Installation of heat recovery systems and associated works in South East Wales 3
II.2.2) Additional CPV code(s)
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea
II.2.4) Description of the procurement
Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
390 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 38
II.2.1) Title
Installation of windows and associated works in South East Wales 3
II.2.2) Additional CPV code(s)
45421110
45421100
44221100
45400000
45441000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea
II.2.4) Description of the procurement
Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
540 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 39
II.2.1) Title
Installation of boilers and associated heating works in South West Wales
II.2.2) Additional CPV code(s)
45331100
45331110
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South West Wales – Carmarthenshire and Pembrokeshire
II.2.4) Description of the procurement
Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
680 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 40
II.2.1) Title
Installation of insulation and associated works in South West Wales
II.2.2) Additional CPV code(s)
45261320
45261410
45261900
45320000
45321000
45400000
45324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South West Wales – Carmarthenshire and Pembrokeshire
II.2.4) Description of the procurement
Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
14 850 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 41
II.2.1) Title
Installation of heat pumps and associated works in South West Wales
II.2.2) Additional CPV code(s)
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South West Wales – Carmarthenshire and Pembrokeshire
II.2.4) Description of the procurement
Work will include but not limited to installation of air source and ground source heat pumps and Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
410 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 42
II.2.1) Title
Installation of solar panels and associated works in South West Wales
II.2.2) Additional CPV code(s)
09332000
45310000
45260000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South West Wales – Carmarthenshire and Pembrokeshire
II.2.4) Description of the procurement
Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
360 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 43
II.2.1) Title
Installation of heat recovery systems and associated works in South West Wales
II.2.2) Additional CPV code(s)
45310000
45350000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South West Wales – Carmarthenshire and Pembrokeshire
II.2.4) Description of the procurement
Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
190 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 44
II.2.1) Title
Installation of windows and associated works in South West Wales
II.2.2) Additional CPV code(s)
45421110
45421100
44221100
45400000
45441000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
South West Wales – Carmarthenshire and Pembrokeshire
II.2.4) Description of the procurement
Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
260 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Lot No: 45
II.2.1) Title
Cavity wall insulation extraction and associated works in South Wales
II.2.2) Additional CPV code(s)
45320000
45400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Monmouthshire, Torfaen, Newport, Caerphilly, Blaenau Gwent, Merthyr Tydfil, Rhondda Cynnon Taff, Cardiff, Vale of Glamorgan, Bridgend, Neath Port Talbot, Swansea, Carmarthenshire and Pembrokeshire
II.2.4) Description of the procurement
Work will include but not limited to extraction of existing cavity wall insulation and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly, Blaenau Gwent, Merthyr Tydfil, Rhondda Cynnon Taff, Cardiff, Vale of Glamorgan, Bridgend, Neath Port Talbot, Swansea, Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Service Delivery
/ Weighting: 20
Quality criterion: Health and Safety
/ Weighting: 10
Quality criterion: Employment, Skills and Social Responsibility
/ Weighting: 10
Quality criterion: Environmental
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
11 180 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two 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:
Yes
Identification of the project:
Maximum volume may include an element of European Union funds.
II.2.14) Additional information
Estimated value is maximum estimated value for a four year framework term.
Flintshire County Council wishes to set up two frameworks for the completion of energy efficiency works throughout Wales. This notice relates to the provision of works; a separate notice has been published for the provision of materials and merchant services.
The resulting framework agreement will be capable of being used for works to properties owned or managed by any social housing provider and made also include energy efficiency works to privately owned properties. Social Housing Provider for this purpose means any provider of social housing and includes registered (housing) providers, local authorities, local government ALMOs, unitary authorities and third sector organisations / registered charities. The framework agreement may also be used for works to other public sector and commercial buildings.
For the purpose of this procurement, the local authorities are identifiable by reference to the Welsh Local Government Association http://www.wlga.gov.uk/authorities and a full list of all current Registered Providers can be found at http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en.
The framework can also be used by other Contracting Authorities in the Wales, including but not limited to educational establishments (including primary schools, secondary schools and universities) and NHS bodies.
Frameworks will be established with the successful contractors for an initial term of two years with the option in year two to extend the framework for two further years. Applicants should note that, under the framework agreement, none of the contracting authorities that are entitled to use the framework agreement shall be under any obligation to do so and that the award of the framework agreement will not constitute any guarantee of work.
The framework entered into will be managed by Flintshire County Council and partners, either current or future, will be entitled to call off individual contracts pursuant to the framework agreement. Any such contract will be held, managed and supervised by the individual partner organisation making the call-off.
This procurement exercise is being undertaken using an electronic procurement system.
Log in to the Proactis Plaza E-Sourcing Portal at https://supplierlive.proactisp2p.com Note: do not simply register interest on the Sell2Wales website or via this notice as there are no documents held there. The information is only accessible through the Proactis Portal. Please see the additional documents section for further guidance.
Flintshire County Council are hosting free "Meet the Buyer" events for those who are interested in bidding for this opportunity. These events will be held as follows:
Please note that the format and content of all events will be the same and that multiple events are being held for the convenience of bidders only.
To book your place please contact Valueworks via email quoting VWCL1074 - tenders.support@valueworks.co.uk.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=50155.
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:
The tender incorporates all aspects of Welsh Community Benefit Toolkit and helps projects meet more aspects of Well Being Future Generations Act and Environment Act.