Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Dynamic Purchasing System (DPS) for the Provision of General Builders

  • First published: 02 February 2017
  • Last modified: 02 February 2017

Contents

Summary

OCID:
ocds-kuma6s-061908
Published by:
Caerphilly County Borough Council
Authority ID:
AA0272
Publication date:
02 February 2017
Deadline date:
06 March 2017
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Caerphilly County Borough Council ('the Council') is seeking to establish a Dynamic Purchasing System (DPS) for the Provision of General Builders. The notice is for any experienced and suitably qualified Contractors who wish to join the DPS. The Council intends the DPS to run from 1 April 2017 to 31 March 2020. The Council reserves the right to extend or shorten the DPS validity period at its own discretion. A DPS is similar to a Framework, however new Contractors are permitted to join the DPS at any time during the validity period of the DPS subject to meeting the Council’s pre-qualification criteria, which are available via the Council’s e-tendering portal-Proactis Plaza. Contractors should note that admission onto the DPS is not a guarantee of any award of contracts. There is also no guarantee of volume or value of contracts to be let via the DPS. CPV: 45000000, 45410000, 45310000, 45315000, 45331000, 45422000, 45332200, 45333100, 31210000, 31200000, 31300000, 31320000, 31350000, 39715210, 44220000, 44230000, 45210000, 45232141, 45262660, 45330000, 45331100, 45331110, 45332400, 45333000, 45350000, 45420000, 45430000, 45431000, 45431200, 45431100, 45432100, 45432111, 45442100, 50721000, 90650000, 45211000, 45211100, 45211200, 45261210, 45261211, 45261213, 45261214, 45261215, 45261300, 45261400, 45261410, 45261420, 45262000, 45262100, 45262350, 45262370, 45262510, 45262512, 45262520, 45262521, 45262522, 45262650, 45262670, 45321000, 45421110, 45421148, 45421160, 45441000, 45442000, 45442200, 45443000, 45112700, 45332300, 45111100, 45112712.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK

Contact person: Derek Morris

Telephone: +44 1443863161

E-mail: procurement@caerphilly.gov.uk

Fax: +44 1443863167

NUTS: UKL16

Internet address(es)

Main address: www.caerphilly.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://supplierlive.proactisp2p.com/Account/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://supplierlive.proactisp2p.com/Account/Login


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Dynamic Purchasing System (DPS) for the Provision of General Builders

Reference number: CCBC/PS1490/17/DM

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Caerphilly County Borough Council ('the Council') is seeking to establish a Dynamic Purchasing System (DPS) for the Provision of General Builders. The notice is for any experienced and suitably qualified Contractors who wish to join the DPS. The Council intends the DPS to run from 1 April 2017 to 31 March 2020. The Council reserves the right to extend or shorten the DPS validity period at its own discretion.

A DPS is similar to a Framework, however new Contractors are permitted to join the DPS at any time during the validity period of the DPS subject to meeting the Council’s pre-qualification criteria, which are available via the Council’s e-tendering portal-Proactis Plaza. Contractors should note that admission onto the DPS is not a guarantee of any award of contracts. There is also no guarantee of volume or value of contracts to be let via the DPS.

II.1.5) Estimated total value

Value excluding VAT: 17 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45410000

45310000

45315000

45331000

45422000

45332200

45333100

31210000

31200000

31300000

31320000

31350000

39715210

44220000

44230000

45210000

45232141

45262660

45330000

45331100

45331110

45332400

45333000

45350000

45420000

45430000

45431000

45431200

45431100

45432100

45432111

45442100

50721000

90650000

45211000

45211100

45211200

45261210

45261211

45261213

45261214

45261215

45261300

45261400

45261410

45261420

45262000

45262100

45262350

45262370

45262510

45262512

45262520

45262521

45262522

45262650

45262670

45321000

45421110

45421148

45421160

45441000

45442000

45442200

45443000

45112700

45332300

45111100

45112712

II.2.3) Place of performance

NUTS code:

UKL16


Main site or place of performance:

Within the boundaries of Caerphilly County Borough Council.

II.2.4) Description of the procurement

The Council promotes the use of Constructionline for works contracts, therefore in order to simplify the pre qualification process for Contractors the Council will utilise certain aspects of the Constructionline registration process and specifically the Builders General category. The Council will also consider Contractors who are not Constructionline registered and pre qualification criteria have been set for non Constructionline registered Contractors. It should be noted that, where a Contractor is registered for the Building General category the Constructionline information will be used for pre qualification and during the validity period of the DPS.

Immediate requirements for the Council via the DPS are to run mini competitions to identify Contractors to undertake separate packages of external works to the Council's housing stock in accordance with the Welsh Housing Quality Standard (WHQS) Programme. The proposed separate packages of works will be undertaken in the Lower Rhymney Valley of the County Borough and Contractors will be required to provide a range of external works general building disciplines including but not limited to the external Common Procurement Vocabulary (CPV) codes listed in the relevant section of this notice. The specific works that maybe procured under the DPS for these external works cannot be clearly defined at this stage, however full details will be available via the mini competitions and associated Invitation to Tender documentation. The indicative overall accumulative value of the external works packages for the Lower Rhymney Valley is estimated at 16 000 000.00 GBP. However it should be noted there is no guarantee of volume of packages of work or value of contracts to be let via the DPS.

The Council via the Direct Labour Organisation(‘DLO’) also requires general builders on a primary and secondary basis to support the DLO across a range of general building disciplines. This includes but not limited to the Common Procurement Vocabulary (CPV) codes listed in the relevant section of this notice. The specific requirements that maybe procured under the DPS for these works cannot be clearly defined at this stage, however full details will be available via the mini competitions and associated Invitation to Tender documentation. The indicative overall accumulative value for this requirement is estimated at 1 000 000.00 GBP. However it should be noted there is no guarantee of volume of work or value of contracts to be let via the DPS.

All successful Contractors who are established on the DPS will be invited to participate in future mini competitions providing that they continually meet the DPS pre qualification criteria for the validity period of the DPS.

The award criteria for the mini competitions shall be based on either price or cost only or price-quality ratio. The % weighting will be price or cost 0-100% and price-quality 0-100% split between both criteria. Contractors may be required to consider different pricing or costing strategies as part of the mini competitions such as but not limited to pricing bills of quantities, schedules of rates and +or- adjustment against a Nationally recognised or Council specific schedule of rates. Future mini competitions will include the exact award criteria, associated weightings and pricing or costing strategy for the specific requirement.

All mini competitions undertaken via this DPS will be awarded upon the basis of a Nationally approved/ industry standard Contract Terms and Conditions such as JCT and NEC Family of Contracts. Future mini competitions will include the exact terms and conditions of contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 17 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2017

End: 31/03/2020

This contract is subject to renewal: Yes

Description of renewals:

The Council intends the DPS to run from 1 April 2017 to 31 March 2020. The Council reserves the right to extend or shorten the DPS validity period at its own discretion.

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

The envisaged number of Contractors that may participate in the DPS is difficult to predict. The procurement exercise for the DPS is being carried out electronically, via the Council’s e-tendering portal - Proactis Plaza (Proactis Plaza), www.proactisplaza.com/SupplierPortal. The Council's full requirements for the DPS are available via Proactis Plaza, and as such, all documentation and correspondence must be submitted electronically via the Proactis Portal. No oral communication will be undertaken. Failure to comply with the electronic process may delay or eliminate you from joining the DPS. Applications from Contractors to join the DPS must be received in accordance with the relevant instructions no later than the time and date indicated.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Council reserves the right to utilise the DPS for any internal and external General Building requirements covering any Housing, Public Buildings and Learning and Educational Establishments located within the County Borough of Caerphilly. Contractors will be required to provide a range of General Building disciplines including but not limited to the Common Procurement Vocabulary codes listed in the relevant section of this notice. The specific works that maybe procured under the DPS cannot be clearly defined at this stage, however full details will be available via the mini competitions and associated Invitation to Tender documentation.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.

In awarding specific contracts under the Dynamic Purchasing System (DPS), the Council may take into account (for the purpose of managing risk) the amount of work (if any) already awarded to any particular Contractor. If the Council chooses to do so, this will be set out in the tender documents for the specific contract. The criteria that will be applied in this case will be as follows:-

Contractors who have been awarded work under the DPS, which is not completed and the value of which is (cumulatively) equal to or greater than:

-twice the Contractor's notation value if the contractor is registered with Constructionline under the building general category; or

-one third of the Contractor's previous turnover (based on the contractor's accounts for the most recent financial year available) for non Constructionline registered Contractors,

will not be eligible to be awarded any further specific contracts, and if they submit tenders these will be rejected. It should be noted that, where a Contractor is registered for the Building General category the Constructionline information will be used for this purpose.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.

Under the DPS the Council will require compliance with its policies and procedures and Contractors are advised and encouraged to satisfy themselves that they understand all of the requirements of the DPS before submitting their application.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The specific requirements for individual contract performance conditions that maybe procured under the DPS cannot be clearly defined at this stage, however full details (if applicable on a contract by contract basis) will be available via the mini competitions and associated Invitation to Tender documentation.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 06/03/2017

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 03/04/2017

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The Council reserves the right to extend or shorten the DPS validity period at its own discretion.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The procurement is to be processed in accordance with the Public Contract Regulations 2015 (the Regulations) in line with the Restricted Procedure Regulation 28 and Dynamic Purchasing Systems Regulation 34.

Contractors must express an interest in this DPS by completing the following:

1.Log in to the Proactis Supplier Portal at https://supplierlive.proactisp2p.com/Account/Login

2.Click the ‘Sign Up’ option on the Portal homepage (If already registered go to point 11).

3.Enter your correct Organisation Name, Details and Primary Contact Details.

4.Please make a note of the Organisation ID and User Name, then click ‘Register’.

5.You will then receive an email from the system asking you to follow a link to activate your account.

6.Please enter the information requested, clicking on the blue arrow to move on to the next stage and follow the instructions ensuring that you enter all applicable details.

7.In the Classification section please ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice, it is essential that only CPV Codes specific to your organisation are added to your profile.

8.Buyer Selection. At this stage you are required to indicate which Buyer Organisations you would like to register with. Please remember to register with Caerphilly to ensures that you will be alerted to all relevant opportunities.

9.Terms & Conditions. Read the terms & conditions of the use of this Supplier Portal and tick the box to denote you have read and understood the terms and that you agree to abide by them. If you do not agree you cannot complete the registration process.

Once you have agreed click on the blue arrow to move on to the next stage.

10.Insert a password for the admin user and repeat it. The password MUST be between 6 and 50 characters in length. It must contain at least 2 number(s). Once completed select ‘Complete Registration’ and you will enter the Supplier Home page.

11.From the Home Page, go to the ‘Opportunities’ icon, all current opportunities will be listed. Click on the blue arrow under the field ‘Show Me’ of the relevant opportunity then click to register your interest on the applicable button.

12.Refresh your screen by clicking on the opportunities icon located on the left hand side, to view the opportunity click the blue arrow.

13.Note the closing date for completion of the relevant project. To find all available documentation please dropdown the ‘Request Documents’ option and click to download all documents.

14.You can now either complete your response or ‘Decline’ this opportunity.

All queries are to be made via the messaging system on the Proactis portal. Please note we will not accept any questions/queries via telephone/email.Supplier guides are available via the portal and this contract notice detailing how to use the eTender system.

If you require assistance please contact Natasha Ford 01443 863075 — fordn@caerphilly.gov.uk or the procurement team on 01443 863161. Procurement Clinics are also available should you require further assistance when completing and submitting your tender or for general tendering advice aside from this process.

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=61908.

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:

if appropriate and depending on requirements will be included in subsequent mini competitions.

(WA Ref:61908)

The buyer considers that this contract is suitable for consortia bidding.

VI.4) Procedures for review

VI.4.1) Review body

Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK

Telephone: +44 1443863161

Fax: +44 1443863167

Internet address(es)

URL: www.caerphilly.gov.uk

VI.5) Date of dispatch of this notice

01/02/2017

Coding

Commodity categories

ID Title Parent category
45442200 Application work of anti-corrosive coatings Application work of protective coatings
45442000 Application work of protective coatings Painting and glazing work
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
45261214 Bituminous roof-covering work Erection and related works of roof frames and coverings
45331110 Boiler installation work Heating, ventilation and air-conditioning installation work
45262520 Bricklaying work Special trade construction works other than roof works
44230000 Builders carpentry Structural products
44220000 Builders joinery Structural products
45210000 Building construction work Works for complete or part construction and civil engineering work
45422000 Carpentry installation work Joinery and carpentry installation work
39715210 Central-heating equipment Water heaters and heating for buildings; plumbing equipment
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
45262650 Cladding works Special trade construction works other than roof works
50721000 Commissioning of heating installations Repair and maintenance services of central heating
45262370 Concrete-coating work Special trade construction works other than roof works
45000000 Construction work Construction and Real Estate
45211100 Construction work for houses Construction work for multi-dwelling buildings and individual houses
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45111100 Demolition work Demolition, site preparation and clearance work
45332300 Drain-laying work Plumbing and drain-laying work
45262512 Dressed stonework Special trade construction works other than roof works
31350000 Electric conductors for data and control purposes Insulated wire and cable
31210000 Electrical apparatus for switching or protecting electrical circuits Electricity distribution and control apparatus
45310000 Electrical installation work Building installation work
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
31200000 Electricity distribution and control apparatus Electrical machinery, apparatus, equipment and consumables; lighting
45443000 Facade work Painting and glazing work
45262521 Facing brickwork Special trade construction works other than roof works
45261300 Flashing and guttering work Erection and related works of roof frames and coverings
45430000 Floor and wall covering work Building completion work
45432100 Floor laying and covering work Floor-laying and covering, wall-covering and wall-papering work
45431100 Floor-tiling work Tiling work
45333100 Gas regulation equipment installation work Gas-fitting installation work
45333000 Gas-fitting installation work Plumbing and sanitary works
45441000 Glazing work Painting and glazing work
45232141 Heating works Ancillary works for pipelines and cables
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45421110 Installation of door and window frames Joinery work
45421148 Installation of gates Joinery work
31300000 Insulated wire and cable Electrical machinery, apparatus, equipment and consumables; lighting
45421160 Ironmongery work Joinery work
45420000 Joinery and carpentry installation work Building completion work
45112700 Landscaping work Excavating and earthmoving work
45112712 Landscaping work for gardens Excavating and earthmoving work
45432111 Laying work of flexible floor coverings Floor-laying and covering, wall-covering and wall-papering work
45262522 Masonry work Special trade construction works other than roof works
45350000 Mechanical installations Building installation work
45261213 Metal roof-covering work Erection and related works of roof frames and coverings
45262670 Metalworking Special trade construction works other than roof works
45442100 Painting work Application work of protective coatings
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
31320000 Power distribution cables Insulated wire and cable
45261410 Roof insulation work Erection and related works of roof frames and coverings
45261210 Roof-covering work Erection and related works of roof frames and coverings
45261211 Roof-tiling work Erection and related works of roof frames and coverings
45332400 Sanitary fixture installation work Plumbing and drain-laying work
45262100 Scaffolding work Special trade construction works other than roof works
45261400 Sheeting work Erection and related works of roof frames and coverings
45211200 Sheltered housing construction work Construction work for multi-dwelling buildings and individual houses
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
45262000 Special trade construction works other than roof works Roof works and other special trade construction works
45262510 Stonework Special trade construction works other than roof works
45321000 Thermal insulation work Insulation work
45431000 Tiling work Floor and wall covering work
45262350 Unreinforced-concrete work Special trade construction works other than roof works
45431200 Wall-tiling work Tiling work
45332200 Water plumbing work Plumbing and drain-laying work
45261420 Waterproofing work Erection and related works of roof frames and coverings

Delivery locations

ID Description
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
02 February 2017
Deadline date:
06 March 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Caerphilly County Borough Council
Publication date:
20 February 2017
Notice type:
14 Corrigendum
Authority name:
Caerphilly County Borough Council
Publication date:
24 July 2017
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
27 October 2017
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
20 February 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
18 May 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council
Publication date:
04 October 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council

About the buyer

Main contact:
procurement@caerphilly.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
17/02/2017 15:29
Information Addendum
Section II.2.4 - Description of the Procurement

The Council promotes the use of Constructionline for works contracts, therefore in order to simplify the prequalification process for Contractors the Council will utilise certain aspects of the Constructionline registration process and specifically the Builders General or Building Refurbishment over 15,000.00 GBP categories. The Council will also consider Contractors who are not Constructionline registered and pre qualification criteria have been set for non Constructionline registered Contractors. It should be noted that, where a Contractor is registered for the Building General category the Constructionline information will be used for pre qualification and during the validity period of the DPS.
Immediate requirements for the Council via the DPS are to run mini competitions to identify Contractors toundertake separate packages of external works to the Council's housing stock in accordance with the WelshHousing Quality Standard (WHQS) Programme. The proposed separate packages of works will be undertakenin the Lower Rhymney Valley of the County Borough and Contractors will be required to provide a range ofexternal works general building disciplines including but not limited to the external Common ProcurementVocabulary (CPV) codes listed in the relevant section of this notice. The specific works that maybe procuredunder the DPS for these external works cannot be clearly defined at this stage, however full details will beavailable via the mini competitions and associated Invitation to Tender documentation. The indicative overallaccumulative value of the external works packages for the Lower Rhymney Valley is estimated at 16 000 000.00GBP. However it should be noted there is no guarantee of volume of packages of work or value of contracts to be let via the DPS.
The Council via the Direct Labour Organisation(‘DLO’) also requires general builders on a primary and secondary basis to support the DLO across a range of general building disciplines. This includes but not limited to the Common Procurement Vocabulary (CPV) codes listed in the relevant section of this notice. The specific requirements that maybe procured under the DPS for these works cannot be clearly defined at this stage, however full details will be available via the mini competitions and associated Invitation to Tender documentation. The indicative overall accumulative value for this requirement is estimated at 1 000 000.00 GBP. However it should be noted there is no guarantee of volume of work or value of contracts to be let via the DPS.
All successful Contractors who are established on the DPS will be invited to participate in future mini competitions providing that they continually meet the DPS pre qualification criteria for the validity period of theDPS.
The award criteria for the mini competitions shall be based on either price or cost only or price-quality ratio. The% weighting will be price or cost 0-100 % and price-quality 0-100 % split between both criteria. Contractors maybe required to consider different pricing or costing strategies as part of the mini competitions such as but not limited to pricing bills of quantities, schedules of rates and +or- adjustment against a Nationally recognised or Council specific schedule of rates. Future mini competitions will include the exact award criteria, associated weightings and pricing or costing strategy for the specific requirement.
All mini competitions undertaken via this DPS will be awarded upon the basis of a Nationally approved/ industry standard Contract Terms and Conditions such as JCT and NEC Family of Contracts. Future mini competitions will include the exact terms and conditions of contract.
17/02/2017 15:38
Re: Information Addendum
Section II.2.4 - Description of the Procurement

The Council promotes the use of Constructionline for works contracts, therefore in order to simplify the prequalification process for Contractors the Council will utilise certain aspects of the Constructionline registration process and specifically the Builders General or Building Refurbishment over 15,000.00 GBP categories. The Council will also consider Contractors who are not Constructionline registered and pre qualification criteria have been set for non Constructionline registered Contractors. It should be noted that, where a Contractor is registered for the Builders General or Building Refurbishment over 15,000.00 GBP categories, the Constructionline information will be used for pre qualification and during the validity period of the DPS.
Immediate requirements for the Council via the DPS are to run mini competitions to identify Contractors toundertake separate packages of external works to the Council's housing stock in accordance with the WelshHousing Quality Standard (WHQS) Programme. The proposed separate packages of works will be undertakenin the Lower Rhymney Valley of the County Borough and Contractors will be required to provide a range ofexternal works general building disciplines including but not limited to the external Common ProcurementVocabulary (CPV) codes listed in the relevant section of this notice. The specific works that maybe procuredunder the DPS for these external works cannot be clearly defined at this stage, however full details will beavailable via the mini competitions and associated Invitation to Tender documentation. The indicative overallaccumulative value of the external works packages for the Lower Rhymney Valley is estimated at 16 000 000.00GBP. However it should be noted there is no guarantee of volume of packages of work or value of contracts to be let via the DPS.
The Council via the Direct Labour Organisation(‘DLO’) also requires general builders on a primary and secondary basis to support the DLO across a range of general building disciplines. This includes but not limited to the Common Procurement Vocabulary (CPV) codes listed in the relevant section of this notice. The specific requirements that maybe procured under the DPS for these works cannot be clearly defined at this stage, however full details will be available via the mini competitions and associated Invitation to Tender documentation. The indicative overall accumulative value for this requirement is estimated at 1 000 000.00 GBP. However it should be noted there is no guarantee of volume of work or value of contracts to be let via the DPS.
All successful Contractors who are established on the DPS will be invited to participate in future mini competitions providing that they continually meet the DPS pre qualification criteria for the validity period of theDPS.
The award criteria for the mini competitions shall be based on either price or cost only or price-quality ratio. The% weighting will be price or cost 0-100 % and price-quality 0-100 % split between both criteria. Contractors maybe required to consider different pricing or costing strategies as part of the mini competitions such as but not limited to pricing bills of quantities, schedules of rates and +or- adjustment against a Nationally recognised or Council specific schedule of rates. Future mini competitions will include the exact award criteria, associated weightings and pricing or costing strategy for the specific requirement.
All mini competitions undertaken via this DPS will be awarded upon the basis of a Nationally approved/ industry standard Contract Terms and Conditions such as JCT and NEC Family of Contracts. Future mini competitions will include the exact terms and conditions of contract.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.