Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Neath Port Talbot County Borough Council
The Quays, Baglan Energy Park, Brunel Way
Neath
SA11 2GG
UK
E-mail: m.c.anderson@npt.gov.uk
NUTS: UKL17
Internet address(es)
Main address: http://www.npt.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274
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
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
Framework for Housing Renewal Works
Reference number: NPT-1421
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
Neath Port Talbot County Borough Council (herein referred to as “the Council”) wishes to invite suitably qualified and experienced companies to tender for a Framework for Housing Renewal Works for the whole of the County.
The Council utilises procurement arrangements for Housing Renewal Works activities within the whole County, which will be subject to the following:
- A fixed schedule of rates.
- An agreed specification of works.
- Schemes/contracts will be allocated on an ‘annually ranked’ order basis.
- JCT Minor Works Building Contract 2016, as amended by the Contract Particulars.
In conjunction with targeted regeneration schemes i.e. (Group Repair) the Council will endeavour to access other funding streams or service provisions including:
- Warm Home funding.
- ECO funding.
- Vibrant and Viable Places funding
- Sign posting to other funders and services providers such as Care and Repair and NEST.
- Energy survey and post completion advice.
- Low cost loan and equity release advice.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Tier One Contractors (Contract Value 75,001 GBP or above)
II.2.2) Additional CPV code(s)
45211000
45262700
45300000
45400000
45450000
71326000
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
The Council anticipates appointing six (6) contractors for the Tier 1 contracts on a ranked basis plus a reserve list to contain two (2) contractors.
II.2.5) Award criteria
Criteria below:
Quality criterion: Organisation and Support Structure
/ Weighting: 15
Quality criterion: Protection of Dwellings and Property
/ Weighting: 15
Quality criterion: Contract Implementation
/ Weighting: 20
Quality criterion: Customer Service
/ Weighting: 20
Quality criterion: Emergency Call Out Service
/ Weighting: 20
Quality criterion: uPVC Windows and Doors
/ Weighting: 10
Price
/ Weighting:
0
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2018
End:
31/03/2021
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further period of up to one year.
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
Tier Two Contractors (Contract Value 75,000 GBP or under)
II.2.2) Additional CPV code(s)
45211000
45262700
45300000
45400000
45450000
71326000
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
The Council anticipates appointing four (4) contractors for the Tier 2 contracts on a ranked basis.
II.2.5) Award criteria
Criteria below:
Quality criterion: Organisation and Support Structure
/ Weighting: 15
Quality criterion: Protection of Dwellings and Property
/ Weighting: 15
Quality criterion: Contract Implementation
/ Weighting: 20
Quality criterion: Customer Service
/ Weighting: 20
Quality criterion: Emergency Call Out Service
/ Weighting: 20
Quality criterion: uPVC Windows and Doors
/ Weighting: 10
Price
/ Weighting:
0
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2018
End:
31/03/2021
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further period of up to one year.
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As provided for in the ITT
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: 10
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:
09/01/2018
Local time: 14:30
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
09/01/2018
Local time: 14:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
If you require independent support or advice in the tendering process, Business Wales provide guidance and advice (free of charge) by way of:
- On-line information
- Telephone support
- Workshops
Further information on how to access this guidance and advice is available by accessing this ITT or by contacting Business Wales on 03000 603000.
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=73033
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:
In delivering this Framework the Council, in line with Welsh Government Policy, is committed to pursuing 'Community Benefits' which will contribute to the social, economic and environmental well-being of the wider community. The Council believes procurement is key in helping to deliver a vibrant economy capable of delivering strong and sustainable growth. The pursuit of Community Benefits through tender exercises and subsequent contract ensures that the Council achieves the best value for the money we spend.
Examples of Community Benefits:
- Support youth diversionary activities either financially or with staff time.
- Support litter picks, community clean ups and initiatives either with equipment, financially or with staff time.
- Support landscaping or greening initiatives either with equipment, financially or with staff time.
- Support the on going refurbishment of Community Buildings managed by the 3rd sector.
- Support community events such as fetes, fayres, sports days either financially or with staff time.
- Contribute to community schemes.
- Work placements for secondary-school children and college students.
- Visits to primary schools to engage with younger children and raise awareness of equalities issues
The Community Benefits response will not be evaluated or scored as part of the tender process.
The Council appreciates that there is no guaranteed spend through the Framework and therefore, any proposals you make in your submission in relation to the implementation of Community Benefits, will not come into effect until the Council has secured funding and awarded your organisation a contract.
Community Benefits may not be allocated to your organisation during the delivery of any one contract or in any one financial year and may be an accumulative Community benefit relating to a number of contracts over the duration of the Framework. The Authority reserves the right to allocate a Community Benefit to your organisation, the value of which will be determined (linked) by the number and value of contracts awarded to your organisation.
(WA Ref:73033)
VI.4) Procedures for review
VI.4.1) Review body
Neath Port Talbot County Borough Council
The Quays, Baglan Energy Park, Brunel Way
Neath
SA11 2GG
UK
Internet address(es)
URL: http://www.npt.gov.uk
VI.5) Date of dispatch of this notice
21/11/2017