Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
I.1) Name and addresses
  City & County of Swansea
  Civic Centre
  Swansea
  SA1 3SN
  UK
  
            Telephone: +44 1792637242
  
            E-mail: procurement@swansea.gov.uk
  
            NUTS: UKL18
  Internet address(es)
  
              Main address: http://www.swansea.gov.uk/dobusiness
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Contract for Croft Street High Rise Refurbishment
            Reference number: CCS/22/163
  II.1.2) Main CPV code
  45000000
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  Refurbishment of two 14 storey high rise blocks and two low storey blocks one of which incorporates retail to the ground floor and an existing pub, Lower Lamb Inn. The proposed works to the two towers include over-cladding the existing elevations, structural repair works, refurbishment of bathrooms and kitchens (council owned apartments only, 100nr) and converting the ground floor into new apartments. The low rise proposed works include over-cladding the existing elevations with Rockpanel, refurbishment of existing bathrooms and kitchens (council owned apartments only, 6nr).
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				.01 
				  GBP
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    45210000
    45211340
    45211341
    II.2.3) Place of performance
    NUTS code:
    UKL18
Main site or place of performance:
    Specified Location in Swansea
    II.2.4) Description of the procurement
    Refurbishment of two 14 storey high rise blocks and two low storey blocks one of which incorporates retail to the ground floor and an existing pub, Lower Lamb Inn. The proposed works to the two towers include over-cladding the existing elevations, structural repair works, refurbishment of bathrooms and kitchens (council owned apartments only, 100nr) and converting the ground floor into new apartments. The low rise proposed works include over-cladding the existing elevations with Rockpanel, refurbishment of existing bathrooms and kitchens (council owned apartments only, 6nr).
    The Council at its sole discretion, reserves the right to increase the scope of the Contract during the construction phase to include Griffith John Street High Rise Refurbishment, in the following circumstances only:
    The tendered rates from Croft Street High Rise Refurbishment project (as per the Pricing Document) will form the basis of the rates payable for Griffith John Street High Rise Refurbishment adjusted in accordance with the latest ONS Construction output indices (Housing Repair and Maintenance Index) available at the date of return of the second stage tender (i.e the index for the latest month available at the date for return of the second stage tender).
    Any alternative price increase put forward by the successful contractor at the time that any subsequent phases are being considered, may result in the Council (at its sole discretion) retendering its requirement. Should the successful contractor not be in a position to undertake the increased scope of the Contract, at the time presented to it by the Council, then the Council may retender its requirement for the Griffith John Street High Rise Refurbishment.
    This project is for Croft Street High Rise Refurbishment and the estimated value is 18m. The Council at its discretion, reserves the right to increase the scope of the Contract to include the project for Griffith John Street High Rise Refurbishment, for which the allocated project budget is 25m.
    II.2.5) Award criteria
    
                    Quality criterion: Quality
                    / Weighting: 70
    
                    Price
                    
                      / Weighting: 
                      30
    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.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2022/S 000-031308
 
Section V: Award of contract
          Contract No: CCS/22/163
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/06/2023
V.2.2) Information about tenders
                Number of tenders received: 2
                Number of tenders received from SMEs: 2
                Number of tenders received from tenderers from EU Member States: 0
                Number of tenders received from tenderers from non-EU Member States: 2
                Number of tenders received by electronic means: 2
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  R & M Williams Ltd
  Williams House, Westpoint Industrial Estate Penarth Road
  Cardiff
  CF118JQ
  UK
  
            NUTS: UKL
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					: .01 
					  GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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
The Council at its sole discretion, reserves the right to increase the scope of the Contract during the construction phase to include Griffith John Street High Rise Refurbishment, in the following circumstances only:
The tendered rates from Croft Street High Rise Refurbishment project (as per the Pricing Document) will form the basis of the rates payable for Griffith John Street High Rise Refurbishment adjusted in accordance with the latest ONS Construction output indices (Housing Repair and Maintenance Index) available at the date of return of the second stage tender (i.e the index for the latest month available at the date for return of the second stage tender).
Any alternative price increase put forward by the successful contractor at the time that any subsequent phases are being considered, may result in the Council (at its sole discretion) retendering its requirement. Should the successful contractor not be in a position to undertake the increased scope of the Contract, at the time presented to it by the Council, then the Council may retender its requirement for the Griffith John Street High Rise Refurbishment.
This project is for Croft Street High Rise Refurbishment and the estimated value is 18m. The Council at its discretion, reserves the right to increase the scope of the Contract to include the project for Griffith John Street High Rise Refurbishment, for which the allocated project budget is 25m.
(WA Ref:132930)
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court
    Royal Courts of Justice, The Strand
    London
    WC2A 2LL
    UK
    
            Telephone: +44 2079477501
   
  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
  
    The City & County of Swansea- Legal, Democratic Services & Business Intelligence
    Civic Centre, Oystermouth Road
    Swansea
    SA1 3SN
    UK
   
 
VI.5) Date of dispatch of this notice
05/07/2023