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

Repairs and Maintenance Framework

  • First published: 13 January 2018
  • Last modified: 01 March 2018

Contents

Summary

OCID:
ocds-kuma6s-075480
Published by:
Isle of Anglesey County Council
Authority ID:
AA0369
Publication date:
13 January 2018
Deadline date:
02 March 2018
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Isle of Anglesey County Council are seeking to establish a framework for the provision of the following; Lot 1- Joinery Contractors, Lot 2- Plumbing Contractors, Lot 3- Heating Engineers Domestic, Lot 4- Roofing Contractors, Lot 5- Flooring Contractors, Lot 6- Painting and Decorating Contractors, Lot 7- Electrical Installations Contractors, Lot 8- Ground Works Contractors, Lot 9 - Fencing Contractors, Lot 10- Plastering Contractors, Lot 11- Void Property Clearance Contractors, Lot 12- Drainage and Septic Tanks CPV: 50000000, 50000000, 50000000, 50000000, 50000000, 50000000, 50000000, 50000000, 50000000, 50000000, 50000000, 50000000, 50000000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices, Llangefni

Anglesey.

LL77 7TW

UK

Telephone: +44 1248750057

E-mail: ianryder@ynysmon.gov.uk

NUTS: UKL11

Internet address(es)

Main address: www.anglesey.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0369

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sell2wales.gov.wales


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

Repairs and Maintenance Framework

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Isle of Anglesey County Council are seeking to establish a framework for the provision of the following;

Lot 1- Joinery Contractors,

Lot 2- Plumbing Contractors,

Lot 3- Heating Engineers Domestic,

Lot 4- Roofing Contractors,

Lot 5- Flooring Contractors,

Lot 6- Painting and Decorating Contractors,

Lot 7- Electrical Installations Contractors,

Lot 8- Ground Works Contractors,

Lot 9 - Fencing Contractors,

Lot 10- Plastering Contractors,

Lot 11- Void Property Clearance Contractors,

Lot 12- Drainage and Septic Tanks

II.1.5) Estimated total value

Value excluding VAT: 4 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 12 lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1- Joinery Contractors

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 1- Joinery Contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Lot 2- Plumbing Contractors

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 2- Plumbing Contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Lot 3- Heating Engineers Domestic

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 3- Heating Engineers Domestic

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Lot 4- Roofing Contractors

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 4- Roofing Contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 5

II.2.1) Title

Lot 5- Flooring Contractors

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 5- Flooring Contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 6

II.2.1) Title

Lot 6- Painting and Decorating Contractors

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 6- Painting and Decorating Contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 7

II.2.1) Title

Lot 7- Electrical Installations Contractors

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 7- Electrical Installations Contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 8

II.2.1) Title

Lot 8- Ground Works Contractors

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 8- Ground Works Contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 9

II.2.1) Title

Lot 9- Fencing Contractors

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 9- Fencing Contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 10

II.2.1) Title

Lot 10- Plastering Contractors

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 10- Plastering Contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 11

II.2.1) Title

Lot11- Void Property Clearance Contractors

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot11- Void Property Clearance Contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 12

II.2.1) Title

Lot 12- Drainage and Septic Tanks

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Lot 12- Drainage and Septic Tanks

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

12 months plus 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 36

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: 16/02/2018

Local time: 12:00

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

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 16/02/2018

Local time: 12:00

Place:

IOACC

Council Offices

Llangefni LL77 7TW

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

January 2022

VI.3) Additional information

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=75480.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

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.

Community Benefit clauses are requirements which deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of social, economic or environmental conditions into the delivery of council contracts.

Community Benefits which will be targeted for delivery include, but are not restricted to, delivery of the following:

- Targeted Recruitment and Training Initiatives

- Educational Support Initiatives

- Vocational Training

- Supply Chain Development

- Community and Environmental Initiatives

- Supported Business, Third Sector and Voluntary Initiatives

- Social Enterprise and Co-operative Initiatives

- Equality and Diversity Initiatives

- Poverty Initiatives

(WA Ref:75480)

VI.4) Procedures for review

VI.4.1) Review body

Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices, Llangefni

Anglesey.

LL77 7TW

UK

Telephone: +44 1248750057

Internet address(es)

URL: www.anglesey.gov.uk

VI.5) Date of dispatch of this notice

11/01/2018

Coding

Commodity categories

ID Title Parent category
50000000 Repair and maintenance services Other Services

Delivery locations

ID Description
1011 Isle of Anglesey

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:
13 January 2018
Deadline date:
02 March 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Isle of Anglesey County Council
Publication date:
23 January 2018
Notice type:
14 Corrigendum
Authority name:
Isle of Anglesey County Council
Publication date:
03 March 2018
Notice type:
14 Corrigendum
Authority name:
Isle of Anglesey County Council

About the buyer

Main contact:
ianryder@ynysmon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
15/01/2018 11:36
REPLACED FILE: Invitation to Tender Document v2
Invitation to Tender
15/01/2018 12:23
REPLACED FILE: Invitation to Tender Document v3
Invitation to Tender v3
16/01/2018 11:41
ADDED FILE: Lot 11 Specification - Void Property Clearance
Lot 11 Specification - Void Property Clearance
19/01/2018 11:40
Notice date(s) changed
IV.2.2) Time limit
Old date: 16/02/2018 12:00
New date: 02/03/2018 12:00

IV.2.7) Conditions for opening of tenders
Old date: 16/02/2018 12:00
New date: 02/03/2018 12:00

To allow time for a meet the buyer event.
19/01/2018 11:40
Question and Answers deadline change
The deadline for submission of questions through the online Q&A function has been changed as below.
Old question submission deadline: 09/02/2018 12:00
New question submission deadline: 23/02/2018 12:00
Please ensure that you have submitted all questions before the new date.
19/01/2018 12:08
REPLACED FILE: Invitation to Tender Document v4
Invitation to Tender v4
19/01/2018 12:16
REPLACED FILE: Gwahoddiad i Dendr v2
Gwahoddiad I Dendr v2
31/01/2018 09:53
Meet The Buyer Event
Mi fydd cyfarfod cwrdd â’r prynwr yn cael ei chynnal ar yr 8fed Chwefror rhwng 1 y.p a 4 y.p yn Nhafarn y Gors PH, Pentre Berw, Gaerwen LL60 6HU.

A meet the buyer event will be held on the 8th February between 1p.m and 4p.m at Tafarn y Gors PH, Pentre Berw, Gaerwen LL60 6HU.
09/02/2018 15:07
Questions From The Meet The Buyer Event
Q1.Do we need to include risk assessments part of the tender response? Yes, as part of question one in the Technical and Commercial Questionnaire.
Q2. Do I need to answer both the Holiadur Cymhwyster and Generic Qualification? No, both as the same questions but one is in Welsh and the other in English. You only need to send one as part of your tender bid.
Q3. Do I need to hold an asbestos awareness certificate? Yes, you will need to have a valid certificate before the contract start date. If you do not have a current certificate you must state that you are willing to obtain one before the contract start date.
Q4. Do we need to be CHAS accredited? No, if you do not hold an SSIP accreditation you must fill in questions 32 to 38 in the Generic Qualification.
Q5. Do all my staff need to be DBS checked? The buyer does not require you have enhanced DBS checks at this moment in time, but if you do win the tender, you will be required to perform DBS checks for all staff before work commences.
Q6. Is the support available for completing tender bids? Yes, Business Wales currently provides this type of support services. For more information please call 03000 6 03000.
Q7. Lot 12- Drainage and Septic Tanks. How do I price different hourly rates in the pricing schedule? Specifically, jetting engineer in the van pack and the jet vac tanker. Please provide a schedule of hourly rates for the different equipment you are able to provide including out of hours attendance.
If you have any further questions regarding the tender documents, please do not hesitate to use the question and answer facility on Sell2Wales.
01/03/2018 09:58
Notice date(s) changed
IV.2.2) Time limit
Old date: 02/03/2018 12:00
New date: 02/03/2018 17:00

IV.2.7) Conditions for opening of tenders
Old date: 02/03/2018 12:00
New date: 02/03/2018 17:00

To allow bidders sufficient time to submitt their responses.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

zip
zip2.01 MB
This file may not be accessible.
zip
zip346.14 KB
This file may not be accessible.
xlsx
xlsx27.44 KB
This file may not be accessible.
docx
docx18.43 KB
This file may not be accessible.
xlsx
xlsx13.65 KB
This file may not be accessible.
doc
doc270.00 KB
This file may not be accessible.
doc
doc270.00 KB
This file may not be accessible.
doc
doc223.50 KB
This file may not be accessible.
doc
doc275.50 KB
This file may not be accessible.
doc
doc275.00 KB
This file may not be accessible.
doc
docx
docx120.50 KB
This file may not be accessible.
doc
doc35.00 KB
This file may not be accessible.

Replaced documents


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.