Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Caerphilly County Borough Council
Penallta House, Tredomen Park, Ystrad Mynach
Hengoed
CF82 7PG
UK
Telephone: +44 1443863161
E-mail: pockea1@caerphilly.gov
Fax: +44 1443863167
NUTS: UKL16
Internet address(es)
Main address: www.caerphilly.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272
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://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
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:
https://supplierlive.proactisp2p.com/Account/Login
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
Supply and Installation of Bus Shelters & Associated Parts
Reference number: CCBC/PS2118/21/AP (RQST13302)
II.1.2) Main CPV code
44212321
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Council intends to establish a two (2) year framework with an option for a further two (2) years, for the provision of procuring bus shelters and their respective parts.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
44212321
II.2.3) Place of performance
NUTS code:
UKL16
Main site or place of performance:
Within Caerphilly County Borough, there may be occasions where work is required outside the Caerphilly borough boundary in neighbouring Local Authorities.
II.2.4) Description of the procurement
The Council anticipates that it will purchase approximately 40 bus shelters during the 2021/22 financial year. Suppliers will need to be able to confirm that they can do this prior to End of March 2022. Further purchases of approximately 20 bus shelters per year in future financial years will also be required. For the avoidance of doubt, this figure is an estimate only and requirements are both grant funding dependent and demand led. The Council does not guarantee to purchase any quantities of components or works.
It is anticipated that an framework will be entered in to with up to three suppliers, with the ranked 1supplier identified as the Primary Supplier, with other companies being used should demand, availability and capacity necessitate the use of the secondary and tertiary suppliers.
The Council is currently responsible for approximately 508 bus shelters located throughout the County Borough.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be for a period of two (2) years with an option to extend for up to a further two (2) years.
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:
Yes
Description of options:
The Authority will likely require associated parts and equipment to ensure the up keep of the Bus Shelters throughout their life. It is envisaged that parts will be purchased where appropriate from the original supplier throughout the life time of the shelter to ensure that they are maintained in accordance with the original product. Generic items may be purchased from the original supplier or elsewhere as the Authority deems appropriate.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The Council will be receiving grant funding from the Welsh Government from time to time to finance works under this framework.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Companies must be Safety Schemes in Procurement (SSiP) accredited in order to under take the works required for this framework.
The Successful suppliers will be responsible for site safety and all works undertaken on or adjacent to the public highway will be in accordance with the New Roads and Street Works Act (NSRWA) 1991 to ensure works are undertaken in a safe manner and minimise disruption and inconvenience. Bidders will be required to confirm and evidence that they are able to do this.
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
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: 3
Justification for any framework agreement duration exceeding 4 years: Where there is an overlap of spend from Welsh Government between the last financial year and the following financial year the Authority reserves the right to continue to utilise the framework to complete that round of grant funding spend.
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:
10/09/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
10/09/2021
Local time: 12:30
Place:
Via the Councils eTendering System utilized by Caerphilly County Borough Council
Information about authorised persons and opening procedure:
Authorised Officers of Caerphilly County Borough Council
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
PIN Notice may be issued in the final year of the framework prior to readvertising, This will either be in Year two of the framework or years Three or Four depending on if the extension options are utilised or not.
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
PLEASE NOTE REGISTERING AN INTEREST IN THE SELL2WALES NOTICE IS NOT
REGISTERING AN INTEREST IN THIS TENDER YOU MUST FOLLOW THE INSTRUCTIONS BELOW IN ORDER TO SUBMIT A TENDER:
1. Log in to the Proactis Supplier Portal at: https://supplierlive.proactisp2p.com/Account/Login ;
2. Click the ‘Sign Up’ option on the Portal homepage (If already registered go to point 11);
3. Enter your correct Organisation Name, Details and Primary Contact Details;
4. Make a note of the Organisation ID and User Name, then click ‘Register’;
5. You will then receive an email from the system asking you follow a link to activate your account;
6. Enter the information requested, clicking on the blue arrow to move on to the next stage and follow the instructions ensuring that you enter all applicable details;
7. In the Classification section ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice, it is essential that only CPV Codes specific to your organisation are added to your profile;
8. Buyer Selection — At this stage you are required to indicate which Buyer Organisations you would like to register with. Remember to register with Caerphilly this ensures that you will be alerted to all relevant opportunities;
9.Terms and Conditions — Read the terms and conditions of the use of this Supplier Portal and tick the box to denote you have read and understood the terms and that you agree to abide by them. If you do not agree you cannot complete the registration process. Once you have agreed click on the blue arrow to move on to the next stage;
10. Insert a password for the admin user and repeat it. The password Must be between 6 and 50 characters in length. It must contain at least 2 number(s). Once completed select ‘Complete Registration’ and you will enter the Supplier Home page;
11. From the Home Page, go to the ‘Opportunities’ icon, all current opportunities will be listed. Click on the blue arrow under the field ‘Show Me’ of the relevant opportunity then click to register your
interest on the applicable button;
12. Refresh your screen by clicking on the opportunities icon located on the left hand side, to view the
opportunity click the blue arrow;
13. Note the closing date for completion of the relevant project. To find all available documentation drop-down the ‘Request Documents’ option and click to download all documents;
14. You can now either complete your response or ‘Decline’ this opportunity. All queries are to be made via the messaging system on the Proactis portal. We will not accept any questions/queries via telephone/email.
A supplier guide is available via the portal detailing how to use the Proactis Plaza system.
If you require assistance please contact Jemma Ford. 01443 863163; fordj1@caerphilly.gov.uk or the procurement team on 01443 863161.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=113100.
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:
CCBC has committed to including Social Value in its procurements (75,000+GBP). Bidders will be required to complete the Councils draft bespoke Light Set of TOMs (Themes, Outcomes and Measures) which are predicated on the National TOMs for Wales and have been devised for procurement contracts. This will not be scored but a response with deliverables must be submitted and will become part of any contractual obligations when awarded work.
(WA Ref:113100)
The buyer considers that this contract is suitable for consortia.
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.4.4) Service from which information about the review procedure may be obtained
Caerphilly County Borough Council
Caerphilly County Borough Council
Hengoed
CF82 7PG
UK
Telephone: +44 1443863161
VI.5) Date of dispatch of this notice
11/08/2021