Contract notice
Section I: Contracting
authority
I.1) Name and addresses
City & County of Swansea
Civic Centre
Swansea
SA1 3SN
UK
Telephone: +44 1792637578
E-mail: procurement@swansea.gov.uk
NUTS: UKL18
Internet address(es)
Main address: http://www.swansea.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
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:
www.etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
General Building Framework works up to GBP 250,000
Reference number: CCS/17/011
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
General Building Framework works up to GBP 250,000
General construction, refurbishment and alteration works up to 250k which could consist of but not be exclusive to the following work types:
Toilet refurbishment
FRA work
Installation of access ramps and steps
Window & door replacement
Classroom refurbishment
Lintol replacement
Boundary/retaining wall replacement
Alterations to suit part M requirements
The above is not exhausted but is contained to cover public and civic buildings and deemed to not include domestic situations.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45210000
II.2.3) Place of performance
NUTS code:
UKL18
Main site or place of performance:
Various locations in Swansea
II.2.4) Description of the procurement
General construction, refurbishment and alteration works up to 250k which could consist of but not be exclusive to the following work types:
Toilet refurbishment
FRA work
Installation of access ramps and steps
Window & door replacement
Classroom refurbishment
Lintol replacement
Boundary/retaining wall replacement
Alterations to suit part M requirements
The above is not exhausted but is contained to cover public and civic buildings and deemed to not include domestic situations.
The Council’s intention is to enter into a Framework Agreement with 5 Provider/s, unless fewer than this number of tenders are received.
Call Offs Procedures
Rotation for projects with an estimated value of up to 10000
The Employer has sole responsibility and discretion for determining the scope of individual projects and for assessing their value. The Employer will allocate the work on a rotational basis. Contractors will price the work using their tendered prices/rates as set out in Annex 6. Call-Off Contracts are offered in strict rotation to Framework Contractors. A “Round” is complete once each eligible Framework Contractor has been offered a Call-Off Contract (whether or not they have accepted such offer).
Upon entry into this Framework Agreement, each Framework Contractor will be allocated a number from 1 to 5 in each case corresponding to their ranking following evaluation of their Framework Tender Submissions.
The first Call-Off Contract will be offered to the first-placed Framework Contractor. Subsequent Call-Off Contracts will then be offered to the lower-placed Framework Contractors in accordance with the order of their ranking. Once a Call-Off Contract has been offered to the lowest-placed Framework Contractor, a Round is complete and the process begins again with the next Call-off Contract being offered to the first-placed Framework Contractor, and so on.
For the avoidance of doubt, if a Framework Contractor refuses or fails to accept the offer of a Call-Off Contract, the next Call-Off Contract in the current Round will not be offered to that Framework Contractor but will be offered to the next Framework Contractor below them which has not yet been offered a Call-Off Contract in the current Round. A Framework Contractor who refuses or fails to accept an offer of a Call-Off Contract will not be offered another Call-Off Contract until the next Round.
The Council does however reserve the right, at any time and at its sole discretion, to run in a mini comp for projects/works with a value of up to 10000. Such mini competition shall be run in accordance with the provisions set out below.
Mini Competition
All Mini competition will be conducted using 100% price. For all projects with an estimated value of 10001 and over a mini competition will be conducted where all contractors will be invited to participate. The Employer will prepare a works package that will include all relevant specifications, drawings and a bill of quantities for the call off project and will issue to all contractors to price. The submitted bill of quantities will be checked and contractors will be ranked when considered in conjunction with all other bids received. In cases where a Framework Contractor who ranks higher on the mini competition is unable or unwilling to perform the works, the Employer may select the next highest ranked contractor and so on.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Contract may be extended for up to an additional 24 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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
see Tender Documentation
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: 5
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/12/2017
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/12/2017
Local time: 12:30
Place:
E-tenderwales Portal
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
6 to 12 months prior to expire of the framework
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
1. Register your company on the eTenderWales portal (this is only required once):
— Navigate to the portal: http://etenderwales.bravosolution.co.uk
— Click the “Suppliers register here” link.
— Enter your correct business and user details.
— Note the username you chose and click “Save” when complete.
— You will shortly receive an e-mail with your unique password (please keep this secure).
— Agree to the terms and conditions and click “continue”.
2. Express an interest in the project:
— Login to the portal with your username/password.
— Click the “ITTs Open to All Suppliers” link (these are the ITTs open to any registered supplier).
— Click on the relevant ITT to access the content.
— Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
— This will move the ITT into your “My ITTs” page (this is a secure area reserved for your projects only).
— Click on the ITT code. You can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box.
3. Responding to the invitation to tender:
— You can now choose to “Reply” or “Reject” (please give a reason if rejecting).
— You can now use the “Messages” function to communicate with the buyer and seek any clarification.
— Note the deadline for completion, then follow the onscreen instructions to complete the ITT.
— There may be a mixture of online and offline actions for you to perform (there is detailed online help available).
If you require any further assistance use the online help. Alternatively, the BravoSolution helpdesk can be contacted (Monday to Friday, 8:00 to 18:00) on:
— E-mail: help@bravosolution.co.uk
— Phone: +44 8003684850
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=72016
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 City & County of Swansea has developed an initiative, “Beyond Bricks & Mortar”, as a means of tackling poverty and promoting inclusion, and has been developed to create an impact on deprivation by addressing the need for more training and job placement opportunities for the economically inactive and unemployed, leading to longer term sustainable jobs. Contractors are requested to participate in this initiative.
Recruitment and Apprentices
Every vacancy on site is to be notified to the Beyond Bricks and Mortar Team (BB&M) at least 7 working days prior to any recruitment process being commenced and candidates identified by BB&M are to have equality of opportunity in the selection process. Beyond Bricks and Mortar can also assist in filling vacancies outside of the contract and any filled in this way will be credited as a community benefit output.
Any apprentices required by the company should be sourced through Beyond Bricks and Mortar and will be credited as a community benefit output.
The company can make use of the shared apprenticeship scheme, Cyfle, through Beyond Bricks and Mortar and will be credited as a community benefit output.
Unwaged Work Experience
The contractor may be requested to undertake unwaged work experience opportunities as part of this contract. For contracts over GBP 80,000 contractors will be required to undertake 8 weeks work experience.
Contacts
Beyond Bricks and Mortar Team (BB&M) based at Civic Centre, Oystermouth Rd, Swansea SA1 3SN :
Sue Woodward sue.woodward@swansea.gov.uk
Clair Lewis-Hopkins clair.lewis-hopkins@swansea.gov.uk
Helen Beddow Helen.beddow@swansea.gov.uk
Lee Wyndham lee.wyndham@swansea.gov.uk
Tel: 01792 637243 / 637214
(WA Ref:72016)
The buyer considers that this contract is suitable for consortia bidding.
VI.4) Procedures for review
VI.4.1) Review body
City & County of Swansea, Legal, Democratic Services and Business Intelligence
Civic Centre
Swansea
SA1 3SN
UK
Internet address(es)
URL: http://www.swansea.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period will extend to 15 calendar days for communication by non-electronic means. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made. Should additional information be required it should be requested of the addressee in section I.1). If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must be brought promptly (generally within 30 days). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Council to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Council to pay a civil financial penalty, and/or order that the duration of the contract be shortened. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Council has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
City & County of Swansea, Legal, Democratic Services and Business Intelligence
Civic Centre
Swansea
SA1 3SN
UK
VI.5) Date of dispatch of this notice
08/11/2017