Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Monmouthshire County Council
County Hall
Usk
NP15 1GA
UK
Contact person: Lloyd Davies
Telephone: +44 7967793197
E-mail: Lloyd.davies2@cardiff.gov.uk
NUTS: UKL21
Internet address(es)
Main address: www.Monmouhshire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
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://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Gwent Collaborative General Building Maintenance and Refurbishment Project
Reference number: itt_91722
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
The General Building Contract encompasses all aspects of repair and maintenance of the buildings, including minor building works projects such as alterations and refurbishments.
Maintenance activities are to be undertaken as follows:
Reactive/Responsive Maintenance (Corrective or Day-to-Day) is minor unplanned maintenance used for assets experiencing breakdown, failure or vandalism of a component. This type of work is typically of low value but a high volume and due to its nature will be responsive.
Planned Maintenance Projects is to be used to comply with statutory requirements and for building fabric, structural components and renewal of time expired plant. This will apply to all building elements and can range in value from 5,000GBP up to but not limited to 150,000GBP.
Refurbishment Works is to be used to carry out improvements, upgrades, alterations and refurbishment of part or all of a structure encompassing all Lots or an element of each. The value of such work can typically be from 25,000GBP up to but not limited to 250,000.00GBP
Cyclical Maintenance (Preventative, Statutory and Non-Statutory Servicing) is to be used to comply with statutory or manufacturer’s requirements and for building services. To be undertaken at predetermined time intervals as required by statutory, technical or operational reliability considerations. This may be applied to building structures, fabric, services and site improvements but is used predominantly for the maintenance of mechanical and electrical services. This is typically low value high volume work of a planned nature.
II.1.5) Estimated total value
Value excluding VAT:
7 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Gwent Collaborative General Building Maintenance and Refurbishment Project - Blaenau Gwent
II.2.2) Additional CPV code(s)
45000000
45210000
45453100
II.2.3) Place of performance
NUTS code:
UKL21
II.2.4) Description of the procurement
The General Building Contract encompasses all aspects of repair and maintenance of the buildings, including minor building works projects such as alterations and refurbishments.
Maintenance activities are to be undertaken as follows:
Reactive/Responsive Maintenance (Corrective or Day-to-Day) is minor unplanned maintenance used for assets experiencing breakdown, failure or vandalism of a component. This type of work is typically of low value but a high volume and due to its nature will be responsive.
Planned Maintenance Projects is to be used to comply with statutory requirements and for building fabric, structural components and renewal of time expired plant. This will apply to all building elements and can range in value from 5,000 GBP up to but not limited to 150,000 GBP.
Refurbishment Works is to be used to carry out improvements, upgrades, alterations and refurbishment of part or all of a structure encompassing all Lots or an element of each. The value of such work can typically be from 25,000 GBP up to but not limited to 250,000.00 GBP.
Cyclical Maintenance (Preventative, Statutory and Non-Statutory Servicing) is to be used to comply with statutory or manufacturer’s requirements and for building services. To be undertaken at predetermined time intervals as required by statutory, technical or operational reliability considerations. This may be applied to building structures, fabric, services and site improvements but is used predominantly for the maintenance of mechanical and electrical services. This is typically low value high volume work of a planned nature.
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: 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.2.12) 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
Lot No: 2
II.2.1) Title
Gwent Collaborative General Building Maintenance and Refurbishment Project - MCC & Gwent Police
II.2.2) Additional CPV code(s)
45000000
45210000
45453100
II.2.3) Place of performance
NUTS code:
UKL21
II.2.4) Description of the procurement
The General Building Contract encompasses all aspects of repair and maintenance of the buildings, including minor building works projects such as alterations and refurbishments.
Maintenance activities are to be undertaken as follows:
Reactive/Responsive Maintenance (Corrective or Day-to-Day) is minor unplanned maintenance used for assets experiencing breakdown, failure or vandalism of a component. This type of work is typically of low value but a high volume and due to its nature will be responsive.
Planned Maintenance Projects is to be used to comply with statutory requirements and for building fabric, structural components and renewal of time expired plant. This will apply to all building elements and can range in value from 5,000 GBP up to but not limited to 150,000 GBP
Refurbishment Works is to be used to carry out improvements, upgrades, alterations and refurbishment of part or all of a structure encompassing all Lots or an element of each. The value of such work can typically be from 25,000 GBP up to but not limited to 250,000.00 GBP.
Cyclical Maintenance (Preventative, Statutory and Non-Statutory Servicing) is to be used to comply with statutory or manufacturer’s requirements and for building services. To be undertaken at predetermined time intervals as required by statutory, technical or operational reliability considerations. This may be applied to building structures, fabric, services and site improvements but is used predominantly for the maintenance of mechanical and electrical services. This is typically low value high volume work of a planned nature.
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: 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
Lot No: 3
II.2.1) Title
Gwent Collaborative General Building Maintenance and Refurbishment Project - Torfaen
II.2.2) Additional CPV code(s)
45000000
45210000
45453100
II.2.3) Place of performance
NUTS code:
UKL21
II.2.4) Description of the procurement
The General Building Contract encompasses all aspects of repair and maintenance of the buildings, including minor building works projects such as alterations and refurbishments.
Maintenance activities are to be undertaken as follows:
Reactive/Responsive Maintenance (Corrective or Day-to-Day) is minor unplanned maintenance used for assets experiencing breakdown, failure or vandalism of a component. This type of work is typically of low value but a high volume and due to its nature will be responsive.
Planned Maintenance Projects is to be used to comply with statutory requirements and for building fabric, structural components and renewal of time expired plant. This will apply to all building elements and can range in value from 5,000 GBP up to but not limited to 150,000 GBP.
Refurbishment Works is to be used to carry out improvements, upgrades, alterations and refurbishment of part or all of a structure encompassing all Lots or an element of each. The value of such work can typically be from 25,000 GBP up to but not limited to 250,000.00 GBP.
Cyclical Maintenance (Preventative, Statutory and Non-Statutory Servicing) is to be used to comply with statutory or manufacturer’s requirements and for building services. To be undertaken at predetermined time intervals as required by statutory, technical or operational reliability considerations. This may be applied to building structures, fabric, services and site improvements but is used predominantly for the maintenance of mechanical and electrical services. This is typically low value high volume work of a planned nature.
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: 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.2.12) 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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.
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:
21/01/2022
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:
21/01/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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=116469
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:
As per tender documents
(WA Ref:116469)
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
06/12/2021