Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
UK
E-mail: Procurement@rctcbc.gov.uk
NUTS: UKL15
Internet address(es)
Main address: http://www.rctcbc.gov.uk/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276
I.1) Name and addresses
Merthyr Tydfil County Borough Council
Unit 5,, Triangle Business Park, Pentrebach
Merthyr Tydfil
CF48 4TQ
UK
Telephone: +44 1685725000
E-mail: procurement@merthyr.gov.uk
NUTS: UKL15
Internet address(es)
Main address: http://www.merthyr.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0347
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
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://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
Measured Term Contract for Reactive Maintenance
Reference number: RCT/R409/21
II.1.2) Main CPV code
50700000
II.1.3) Type of contract
Services
II.1.4) Short description
The purpose of the procurement is to award a Framework of Contractors to provide Multi- Services Reactive Responsive Maintenance (non-housing), to Rhondda Cynon Taff CBC and Merthyr Tydfil CBC buildings.
The scope for the provision of multi services reactive maintenance is anticipated to include:
Emergency demolition; roof repairs; carpentry repairs, including door & window replacement; Glazing work; plumbing work (e.g. repairs to leaking Hot & Cold Water service pipework); electrical work (e.g. repairs to exposed/cracked sockets & light fittings); drainage work (e.g blockages); brickwork, e.g. re-pointing; internal/external decorations; associated specialisms, e.g. such as mechanical & electrical engineering type works.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Contractors are not permitted to hold a place on both Lots 1 and Lot 2. However, contractors are permitted to hold a place on either Lot 1 and Lot 3 OR Lot 2 and Lot 3
II.2) Description
Lot No: 1
II.2.1) Title
Rhondda Cynon Taff - EAST
II.2.2) Additional CPV code(s)
50700000
50710000
45450000
71315000
79993000
79931000
45332200
45262500
44230000
44112400
II.2.3) Place of performance
NUTS code:
UKL15
II.2.4) Description of the procurement
Geographically lotted. Multi service Responsive / reactive maintenance including but not limited to:
Emergency demolition; roof repairs; carpentry repairs, including door & window replacement; Glazing work; plumbing work (e.g. repairs to leaking Hot & Cold Water service pipework); electrical work (e.g. repairs to exposed/cracked sockets & light fittings); drainage work (e.g blockages); brickwork, e.g. re-pointing; internal/external decorations; associated specialisms, e.g. such as mechanical & electrical engineering type works.
Please see procurement documents for full details.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
up to 12 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Criteria as stated in the procurement documents.
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
Rhondda Cynon Taff - West
II.2.2) Additional CPV code(s)
50700000
50710000
45450000
71315000
79993000
79931000
45332200
45262500
44230000
44112400
II.2.3) Place of performance
NUTS code:
UKL15
II.2.4) Description of the procurement
Geographically lotted. Multi service Responsive / reactive maintenance including but not limited to:
Emergency demolition; roof repairs; carpentry repairs, including door & window replacement; Glazing work; plumbing work (e.g. repairs to leaking Hot & Cold Water service pipework); electrical work (e.g. repairs to exposed/cracked sockets & light fittings); drainage work (e.g blockages); brickwork, e.g. re-pointing; internal/external decorations; associated specialisms, e.g. such as mechanical & electrical engineering type works.
Please see procurement documents for full details.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
up to 12 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Criteria as stated in the procurement documents.
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: 3
II.2.1) Title
Merthyr Tydfil
II.2.2) Additional CPV code(s)
50700000
50710000
45450000
71315000
79993000
79931000
45332200
45262500
44230000
44112400
II.2.3) Place of performance
NUTS code:
UKL15
II.2.4) Description of the procurement
Geographically lotted. Multi service Responsive / reactive maintenance including but not limited to:
Emergency demolition; roof repairs; carpentry repairs, including door & window replacement; Glazing work; plumbing work (e.g. repairs to leaking Hot & Cold Water service pipework); electrical work (e.g. repairs to exposed/cracked sockets & light fittings); drainage work (e.g blockages); brickwork, e.g. re-pointing; internal/external decorations; associated specialisms, e.g. such as mechanical & electrical engineering type works.
Please see procurement documents for full details.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
up to 12 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Criteria as stated in the procurement documents.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Criteria as stated in the procurement documents
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
Criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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: 6
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:
09/09/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
27/09/2021
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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2025
VI.3) Additional information
It is anticipated up to 6 Contractors will be awarded to the framework. Up to 1 Main Contractor and 1 Reserve Contractor will be awarded per Lot.
All criteria is stated in the procurement documents.
Any contract award will be conditional on the Contract being generally able to proceed following the Council's internal approval procedures and the mandatory 10 day standstill period before sending confirmation of contract award to the successful Contractor.
The Council is using eTenderwales to carry out this procurement process. Please visit: https://etenderwales.bravosolution.co.uk (eTenderwales PQQ Reference: pqq_33131)
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=112599
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:
All requirements are stated in the procurement documents
(WA Ref:112599)
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.5) Date of dispatch of this notice
10/08/2021