Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Vale of Glamorgan Council
Civic Offices, Holton Road
BARRY
CF63 4RU
UK
Contact person: Jonathon Lewis Assistant Housing Development Clerk of Works
Telephone: +44 1446700111
E-mail: jlewis@valeofglamorgan.gov.uk
NUTS: UKL22
Internet address(es)
Main address: http://www.valeofglamorgan.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0275
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
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://www.sell2wales.gov.wales
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
“DESIGN & BUILD OF 31 NO UNITS AT HOLM VIEW PHASE 2, BARRY”
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
“DESIGN & BUILD OF 31 NO UNITS TOGETHER WITH ALL ASSOCIATED EXTERNAL WORKS, DRAINAGE AND MAINS SERVICE CONNECTIONS AT HOLM VIEW PHASE 2, BARRY”
II.1.5) Estimated total value
Value excluding VAT:
1 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
THe Vale of Glamorgan
II.2.4) Description of the procurement
“DESIGN & BUILD OF 31 NO UNITS TOGETHER WITH ALL ASSOCIATED EXTERNAL WORKS, DRAINAGE AND MAINS SERVICE CONNECTIONS AT HOLM VIEW PHASE 2, BARRY”
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: 16
This contract is subject to renewal: No
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
II.2.14) Additional information
Please see the attached tender documents.
The Vale of Glamorgan Council has declared a Climate and Nature emergency and is committed to working with suppliers that contribute to our journey towards Net Zero Carbon
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:
Please see tender documents in both notices (1 of 2 and 2 of 2)
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.1.8) 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:
12/12/2022
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
12/12/2022
Local time: 12:00
Place:
Sell2Wales portal tender opening process ( Please submit through Notice 1 of 2)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Please refer to Holm View Phase 2 Design and Build 1 of 2 for the main tender documents. This notice has been raised due to the volume of documents which must be issued for the tender. This notice will only have the ER documents attached. All other tender documents are uploaded onto the notice 1 of 2
All Questions must be raised through Notice 1 of 2 and all tenders must be submitted through 1 of 2.
Following formal award of contract, the lead in time is to be considered by the main Contractor but it is estimated that 8 weeks will be necessary to allow for S104 Approval, S38/278 Approval and equivalent pre-commencement conditions.
There is a specific stipulation in respect of methodology/type of building and the contractor must state his preference as part of his tender submission.
It is estimated that the term of the build contract will be 14-16 months, but the Contractor is requested to confirm this as part of his tender return. Indicative programmes are not required at this time.
The Council will require a demonstration of the commitment to Targeted Training and Recruitment and the Value Wales Toolkit and the Contractor is required to fulfil these requirements as part of the contract
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=125664.
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.gov.wales) 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:
Please see tender documents on both 1 of 2 and 2 of 2
(WA Ref:125664)
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.5) Date of dispatch of this notice
17/10/2022