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.

Contract Notice

South and Mid Wales Collaborative Construction Framework (SEWSCAP 2)

  • First published: 14 October 2014
  • Last modified: 14 October 2014
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-014210
Published by:
Rhondda Cynon Taf CBC
Authority ID:
AA0276
Publication date:
14 October 2014
Deadline date:
21 November 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework agreement may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework. The participating Authorities and other organisations are committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, the successful contractors will be required to consider opportunities to recruit and train long term economically inactive persons as part of the workforce delivering this project. Specific requirements will be detailed within the mini tender documents which will also state whether the requirement is core or non core. The Authorities entitled to award contracts under this framework are the Confirmed Participating Authorities and the Other Participating Authorities (as listed above). Three methods may be used by Participating Authorities to award contracts under the framework, as summarised below – 1. Direct award by rotation – where the terms of the contract can be established with sufficient precision, contracts may be awarded in turn on a rotation basis, beginning with the highest-scoring contractor in the relevant Lot and progressing to each contractor in order of score achieved. This method will apply only to Lots 1 and 2. 2. Mini-tender – Contractors in the relevant Lots will be invited to tender against a range of quality and pricing criteria. This method will apply to all Lots 3. Early Contractor Involvement mini-tender - Contractors in the relevant Lots will be invited to tender against a range of quality and pricing criteria on the basis that if successful, they will be appointed at an early stage to work with the Participating Authority to finalise the design and the price. Once design and price are finalised, the contract will not be re-tendered and the appointed contractor will proceed to carry out the works element. This method will apply to Lots 3 – 6 (inclusive). These methods will be set out in more detail in the Invitation to Tender documents. Under Lot 1, only Ceredigion County Council and Powys County Council and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion may award contracts. Ceredigion County Council and Powys County Council and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion will not be able to award contracts under Lots 2 and 3. CPV: 45210000, 45211350, 45212000, 45212200, 45212212, 45212220, 45212300, 45212314, 45212330, 45212331, 45212340, 45212360, 45212361, 45212600, 45213270, 45213280, 45214000, 45241000, 45214200, 45000000, 45214210, 45214220, 45214230, 45214300, 45214320, 45214310, 45214400, 45214410, 45214420, 45214430, 45214500, 45214700, 45215000, 45215215, 45215300, 45215222, 45260000, 45262000, 45262600, 71500000, 71520000, 71521000, 71540000, 71541000, 71000000, 71530000, 80530000, 80570000, 79600000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Rhondda Cynon Taf CBC

The Pavilions, Clydach Vale

Tonypandy

CF40 2XX

UK

Kevin Evans

+44 1443680681

purchasing@rctcbc.gov.uk


http://www.rctcbc.gov.uk/

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0276

http://appswales.alito.co.uk

http://appswales.alito.co.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

Blaenau Gwent County Borough Council

Bridgend County Borough Council

Caerphilly County Borough Council

Cardiff Council

Ceredigion County Council

Merthyr Tydfil County Borough Council

Monmouthshire County Council

Powys County Council

Newport City Council

Rhondda Cynon Taf County Borough Council

Torfaen County Borough Council

Vale of Glamorgan County Borough Council

Carmarthenshire County Council

Neath Port Talbot County Borough Council

Pembrokeshire County Council

City and County of Swansea

Roman Catholic Arch Diocese of Cardiff

Monmouth Diocesan Trust

Church in Wales Diocese of Llandaff

Coleg y Cymoedd

Gower College Swansea

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

South and Mid Wales Collaborative Construction Framework (SEWSCAP 2)

II.1.2(a))

Type of works contract

Unchecked box Unchecked box
Checked box

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Various sites across South and Mid Wales and potentially the whole of Wales



UKL

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

35

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

500000000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework agreement may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.

The participating Authorities and other organisations are committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, the successful contractors will be required to consider opportunities to recruit and train long term economically inactive persons as part of the workforce delivering this project. Specific requirements will be detailed within the mini tender documents which will also state whether the requirement is core or non core.

The Authorities entitled to award contracts under this framework are the Confirmed Participating Authorities and the Other Participating Authorities (as listed above).

Three methods may be used by Participating Authorities to award contracts under the framework, as summarised below –

1. Direct award by rotation – where the terms of the contract can be established with sufficient precision, contracts may be awarded in turn on a rotation basis, beginning with the highest-scoring contractor in the relevant Lot and progressing to each contractor in order of score achieved. This method will apply only to Lots 1 and 2.

2. Mini-tender – Contractors in the relevant Lots will be invited to tender against a range of quality and pricing criteria. This method will apply to all Lots

3. Early Contractor Involvement mini-tender - Contractors in the relevant Lots will be invited to tender against a range of quality and pricing criteria on the basis that if successful, they will be appointed at an early stage to work with the Participating Authority to finalise the design and the price. Once design and price are finalised, the contract will not be re-tendered and the appointed contractor will proceed to carry out the works element. This method will apply to Lots 3 – 6 (inclusive).

These methods will be set out in more detail in the Invitation to Tender documents.

Under Lot 1, only Ceredigion County Council and Powys County Council and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion may award contracts. Ceredigion County Council and Powys County Council and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion will not be able to award contracts under Lots 2 and 3.

II.1.6)

Common Procurement Vocabulary (CPV)

45210000
45211350
45212000
45212200
45212212
45212220
45212300
45212314
45212330
45212331
45212340
45212360
45212361
45212600
45213270
45213280
45214000
45241000
45214200
45000000
45214210
45214220
45214230
45214300
45214320
45214310
45214400
45214410
45214420
45214430
45214500
45214700
45215000
45215215
45215300
45215222
45260000
45262000
45262600
71500000
71520000
71521000
71540000
71541000
71000000
71530000
80530000
80570000
79600000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also incorporate modern methods and off site and/or modular construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.

The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.

Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.

Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).

Potential bidders are required to register and / or log in to http://appswales.alito.co.uk and view the document titled - Information Memorandum for further information regarding this opportunity.

NOTE:

In addition to the above authorities (“Confirmed Participating Authorities”), the following contracting authorities (“Other Participating Authorities”) may also use the framework and enter into contracts for specific projects with successful contractors appointed to the framework –

- The Welsh Ministers, including all their agencies and sponsored bodies

- The National Assembly for Wales Commission

- Local authorities in Wales

- Police and Crime Commissioners and Police Forces in Wales

- Fire and Rescue services in Wales

- NHS Local Health Boards and NHS Trusts in Wales, and any body described under Part 2 (Health Service Bodies) of the National Health Service (Wales) Act 2006

- Registered Social Landlords in Wales

- Higher and further education bodies in Wales, including colleges and universities

- Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)

- HM Inspectorate of Schools in Wales (Estyn)

- The following central government departments, to the extent that they are based in or operate in Wales –

- Cabinet Office

- Wales Office

- Department for Business, Innovation and Skills

- Department for Communities and Local Government

- Department for Culture Media and Sport

- Department for Education

- Department for Environment, Food and Rural Affairs

- Department for Transport

- Department for Work and Pensions

- Department of Energy and Climate Change

- Department of Health

- HM Treasury

- Home Office

- Ministry of Justice

- Ministry of Defence

- Agencies or sponsored bodies of the above central government bodies, to the extent that they are based in or operate in Wales, including (but not limited to) –

- Office of National Statistics

- Environment Agency

- Forestry Commission Wales

- Defence Support Group

- Royal Mint

- Crown Commercial Services

- DVLA

- Maritime and Coastguard Agency

“Participating Authorities” means the Confirmed Participating Authorities and the Other Participating Authorities.

Successor bodies

In the event of merger, abolition or change of any of the Participating Authorities, the successors to those authorities (provided that they exercise the same or similar functions) will also be able to enter into specific contracts under this framework during its duration.

500000000
GBP

II.2.2)

Options

Whilst the main purpose of the framework is schools construction, the Participating Authorities reserve the right to let contracts under the framework for other types of public building.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 01-04-2015 31-03-2019

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Parent company guarantees and/or performance and/or retention bonds may be required as a condition of specific contracts let under this framework.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

To be advised in the tender documents

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

None specified, save that in the case of consortia or other groupings of economic operators, joint and several liability must be accepted

III.1.4)

Other particular conditions to which the performance of the contract is subject

Contract conditions to be set out in tender documents

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


All candidates will be required to produce a certificate or declaration demonstrating that none of the circumstances under Regulation 23(1) or 23(4) of the Public Contracts Regulations 2006 (SI 2006/5, as amended) apply to them. Candidates must also comply with the other mandatory requirements set out in the Pre-Qualification Questionnaire.

III.2.2)

Economic and financial capacity




As set out in the Pre-Qualification Questionnaire (PQQ). Organisations are required to PASS all Pass or fail questions or they will be excluded from the process


III.2.3)

Technical capacity




As set out in the Pre-Qualification Questionnaire (PQQ). Organisations are required to PASS all Pass or fail questions or they will be excluded from the process


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

35

Objective criteria for choosing the limited number of candidates

The procurement process will be conducted via the Alito Procurement Portal and any organisation wishing to express an interest in tendering must do so via this portal. Registration on the Alito Procurement Portal is free and guidance is available by e-mailing the following address: alito@rctcbc.gov.uk

The web address for Alito is: http://appswales.alito.co.uk

This is a restricted process and successful organisations will be shortlisted from the Pre Qualification stage and invited to participate at Tender stage.

A PQQ must be completed and returned with the request to participate.

The PQQ document can be downloaded via the Alito website. This document and any supporting attachments must be submitted back through the Alito System.

The deadline date for return of the PQQ is 21st November 2014 at 12 noon. The contracting authority will not accept PQQs after this date.

The deadline for the tender return will be advised accordingly.

In order to streamline this pre qualification stage, interested parties may use their Constructionline accreditation to demonstrate appropriate elements of the pre qualification criteria as set out in the PQQ. Constructionline is the UK Government national pre qualification register for construction contractors. Existing Constructionline members will only need to supply their registration number and their notation value for each area of interest and complete the supplementary questions on the PQQ. Non - members of Constructionline will be required to complete the full questionnaire.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

R425

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 21-11-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 17-12-2014

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The procurement process will be conducted via the Alito Procurement Portal and any organisation wishing to express an interest in tendering must do so via this portal. Registration on the Alito Procurement Portal is free and guidance is available by e-mailing the following address: alito@rctcbc.gov.uk

The web address for Alito is: http://appswales.alito.co.uk

This is a restricted process and successful organisations will be shortlisted from the Pre Qualification stage and invited to participate at Tender stage.

A PQQ must be completed and returned with the request to participate.

The PQQ document can be downloaded via the Alito website. This document and any supporting attachments must be submitted back through the Alito System.

The lead contracting authority reserves the right to award all, part or none of the lots of this procurement and to abandon this procurement at any time. Under no circumstances will any of the participating authorities incur any liability (including but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.

The tender documents will outline the requirements of the tender process and the evaluation criteria.

Completed PQQs are to be returned in accordance with the instructions in the PQQ documentation and in order to receive consideration must be received no later than 12:00 noon on Friday 21st November 2014. It should be noted that the PQQ documentation will not be available after this time.

It is anticipated that the invitation to tender ("ITT") will be sent out in December 2014, however, the lead authority reserves the right to change this date at any time.

The PQQ selection criteria are detailed in the PQQ documentation. The tender award criteria for this procurement will comprise of [cost and quality]. Full details of the award criteria and the method of evaluation will be provided in the ITT.

The lead authority does not bind itself, or any of the participating authorities to accept the lowest or any tender as part of this process.

(WA Ref:14210)

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

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 Government of Wales Act 2006 set out the Welsh Government’s obligations with regard to sustainable development. Sustainable development embraces goals such as improving the environment, building stronger communities, reducing social exclusion and poverty and the development of the economy. The Participating Authorities thus wish to give effect to objectives relating to social inclusion and employment and recruitment of the long-term economically inactive.

If shortlisted to tender stage and appointed to the Framework, bidders will be required to specifically achieve the following (as a minimum)

-training and employment opportunities;

-opportunities to recruit and train long term economically inactive persons as part of the workforce delivering contracts pursuant to the Framework Agreement;

-opportunities to offer (apprenticeships/NVQs/H&S training/etc) during the life of the Framework Agreement;

-maximising supply chain opportunities for SMEs including social enterprises, to bid for supply chain opportunities arising from the Framework Agreement. It is expected that this will include advertising sub-contracting opportunities on Sell2Wales and using the Welsh Government’s Business Wales to hold “Meet the Buyer” events.

Additionally, bidders successfully appointed to the Framework will be required to fully adhere to a Fair Payment Charter, Targeted Recruitment and Training Charter, complete the Community Benefits Measuring tool for each and every completed project and complete appropriate KPI's. It is also expected that during the Framework, Project Bank Accounts will be used on some or all Lots.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The lead authority will notify candidates of whether or not they have been successful in accordance with the provisions of Regulations 32 and 32(A) of the Public Contracts Regulations 2006 and will hold a mandatory 10-day standstill period. It should be noted that the lead authority is automatically obliged to refrain from entering into a contract when proceedings are brought in respect of the award decision if the framework agreement has not been concluded. Note that after the standstill period has elapsed the lead authority is free to enter into the framework agreement without further notice and this means that a potential challenger may be limited to a remedy in damages. Also note that strict time limits apply for the bringing of proceedings under the Public Contracts Regulations 2006 (as amended).

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 14-10-2014

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Rhondda Cynon Taf CBC

The Pavilions, Clydach Vale

Tonypandy

CF40 2XX

UK


+44 1443680681


http://www.rctcbc.gov.uk/

II)

Address and contact points from which specifications and additional documentation may be obtained



Rhondda Cynon Taf CBC

The Pavilions, Clydach Vale

Tonypandy

CF40 2XX

UK

Please register on http://appswales.alito.co.uk

+44 1443680681


http://www.rctcbc.gov.uk/

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Rhondda Cynon Taf CBC

The Pavilions, Clydach Vale

Tonypandy

CF40 2XX

UK

All documents to be accessed and uploaded to http://appswales.alito.co.uk

+44 1443680681


http://www.rctcbc.gov.uk/

ANNEX B

Information About Lots

1     Lot 1

1)

Short Description

Lot 1: Minimum Value: GDP1.5m, Maximum Value: GDP5m - maximum number of Contractors: 5. Powys and Ceredigion County Councils and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion are the only Participating Authorities who may use this Lot.

2)

Common Procurement Vocabulary (CPV)

45210000
45211350
45212000
45212212
45212220
45212200
45212300
45212314
45212330
45212331
45212340
45212360
45212361
45212600
45213270
45213280
45214000
45241000
45214200
45000000
45214210
45214220
45214230
45214300
45214320
45214310
45214400
45214410
45214420
45214430
45214500
45214700
45215000
45215215
45215300
45215222
45260000
45262000
45262600
71500000
80530000
80570000
79600000
45111100

3)

Quantity or scope

The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.

The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.

Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.

Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1)


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Lot 2

1)

Short Description

Lot 2: Minimum Value: GDP1.5m, Maximum Value: GDP3m - maximum number of Contractors: 10

Powys and Ceredigion County Councils and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion may NOT use this Lot

2)

Common Procurement Vocabulary (CPV)

45210000
45211350
45212000
45212212
45212220
45212200
45212300
45212314
45212330
45212331
45212340
45212360
45212361
45212600
45213270
45213280
45214000
45241000
45214200
45000000
45214210
45214220
45214230
45214300
45214320
45214310
45214400
45214410
45214420
45214430
45214500
45214700
45215000
45215215
45215300
45215222
45260000
45262000
45262600
71500000
80530000
80570000
79600000
45111100

3)

Quantity or scope

The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.

The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.

Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.

Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Lot 3

1)

Short Description

Lot 3: Minimum Value: GDP3m, Maximum Value: GDP5m - maximum number of Contractors: 5.

Powys and Ceredigion County Councils and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion may NOT use this Lot

2)

Common Procurement Vocabulary (CPV)

45210000
45211350
45212000
45212212
45212220
45212200
45212300
45212314
45212330
45212331
45212340
45212360
45212361
45212600
45213270
45213280
45214000
45241000
45214200
45000000
45214210
45214220
45214230
45214300
45214320
45214310
45214400
45214410
45214420
45214430
45214500
45214700
45215000
45215215
45215300
45215222
45260000
45262000
45262600
71500000
80530000
80570000
79600000
45111100

3)

Quantity or scope

The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.

The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.

Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.

Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Lot 4

1)

Short Description

Lot 4: Minimum Value: GDP5m, Maximum Value: GDP10m - maximum number of Contractors: 5.

All Participating Authorities may use this Lot.

2)

Common Procurement Vocabulary (CPV)

45210000
45211350
45212000
45212212
45212220
45212200
45212300
45212314
45212330
45212331
45212340
45212360
45212361
45212600
45213270
45213280
45214000
45241000
45214200
45000000
45214210
45214220
45214230
45214300
45214320
45214310
45214400
45214410
45214420
45214430
45214500
45214700
45215000
45215215
45215300
45215222
45260000
45262000
45262600
71500000
80530000
80570000
79600000
45111100

3)

Quantity or scope

The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.

The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.

Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.

Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Lot 5

1)

Short Description

Lot 5: Minimum Value: GDP10m, Maximum Value: GDP25m - maximum number of Contractors: 5.

All Participating Authorities may use this Lot.

2)

Common Procurement Vocabulary (CPV)

45210000
45211350
45212000
45212212
45212220
45212200
45212300
45212314
45212330
45212331
45212340
45212360
45212361
45212600
45213270
45213280
45214000
45241000
45214200
45000000
45214210
45214220
45214230
45214300
45214320
45214310
45214400
45214410
45214420
45214430
45214500
45214700
45215000
45215215
45215300
45215222
45260000
45262000
45262600
71500000
80530000
80570000
79600000
45111100

3)

Quantity or scope

The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.

The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.

Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.

Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

6     Lot 6

1)

Short Description

Lot 6: Minimum Value: GDP25m, Maximum Value: GDP100m - maximum number of Contractors: 5.

All Participating Authorities may use this Lot.

2)

Common Procurement Vocabulary (CPV)

45210000
45211350
45212000
45212212
45212220
45212200
45212300
45212314
45212330
45212331
45212340
45212360
45212361
45212600
45213270
45213280
45214000
45241000
45214200
45000000
45214210
45214220
45214230
45214300
45214320
45214310
45214400
45214410
45214420
45214430
45214500
45214700
45215000
45215215
45215300
45215222
45260000
45262000
45262600
71500000
80530000
80570000
79600000
45111100

3)

Quantity or scope

The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.

The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.

Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.

Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45210000 Building construction work Works for complete or part construction and civil engineering work
45215215 Childrens home construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45212361 Church construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45215222 Civic centre construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71520000 Construction supervision services Construction-related services
45000000 Construction work Construction and Real Estate
45212300 Construction work for art and cultural buildings Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214500 Construction work for buildings of further education Construction work for buildings relating to education and research
45214000 Construction work for buildings relating to education and research Building construction work
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45214300 Construction work for college buildings Construction work for buildings relating to education and research
45215300 Construction work for crematoriums Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45214700 Construction work for halls of residence Construction work for buildings relating to education and research
45214200 Construction work for school buildings Construction work for buildings relating to education and research
45212200 Construction work for sports facilities Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212212 Construction work for swimming pool Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214400 Construction work for university buildings Construction work for buildings relating to education and research
45213280 Construction works for compost facility Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213270 Construction works for recycling station Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71500000 Construction-related services Architectural, construction, engineering and inspection services
71521000 Construction-site supervision services Construction supervision services
45241000 Harbour construction works Construction work for water projects
45212314 Historical monument or memorial construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214430 Language laboratory construction work Construction work for buildings relating to education and research
45212340 Lecture hall construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214420 Lecture theatre construction work Construction work for buildings relating to education and research
45212330 Library construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45262600 Miscellaneous special-trade construction work Special trade construction works other than roof works
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
45212331 Multimedia library construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212220 Multi-purpose sports facilities construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212600 Pavilion construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
80570000 Personal development training services Training services
45214410 Polytechnic construction work Construction work for buildings relating to education and research
45214210 Primary school construction work Construction work for buildings relating to education and research
79600000 Recruitment services Business services: law, marketing, consulting, recruitment, printing and security
45212360 Religious buildings construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45214220 Secondary school construction work Construction work for buildings relating to education and research
45214230 Special school construction work Construction work for buildings relating to education and research
45262000 Special trade construction works other than roof works Roof works and other special trade construction works
45214320 Technical college construction work Construction work for buildings relating to education and research
45214310 Vocational college construction work Construction work for buildings relating to education and research
80530000 Vocational training services Training services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea

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:
14 October 2014
Deadline date:
21 November 2014 00:00
Notice type:
Contract Notice
Authority name:
Rhondda Cynon Taf CBC
Publication date:
23 May 2015
Notice type:
Contract Award Notice
Authority name:
Rhondda Cynon Taf CBC

About the buyer

Main contact:
purchasing@rctcbc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.