Contract notice
Section I: Contracting
authority
I.1) Name and addresses
City & County of Swansea
Civic Centre
Swansea
SA1 3SN
UK
Telephone: +44 1792637578
E-mail: procurement@swansea.gov.uk
NUTS: UKL18
Internet address(es)
Main address: http://www.swansea.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254
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
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Housing Renewals and Adaptations Framework
Reference number: CCS/18/003
II.1.2) Main CPV code
45211300
II.1.3) Type of contract
Works
II.1.4) Short description
Housing Adaptions Framework
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
Lot A - Disabled Facilities Adaptations primarily bathroom conversions with associated minor builders work.
II.2.2) Additional CPV code(s)
70333000
45211310
II.2.3) Place of performance
NUTS code:
UKL18
II.2.4) Description of the procurement
Disabled Facilities Adaptations primarily bathroom conversions with associated minor builders work
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: 24
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further 24 months
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: 2
II.2.1) Title
Lot B - Disabled Facilities Adaptations primarily large domestic alterations including extensions, ramps, and attic conversions
II.2.2) Additional CPV code(s)
70333000
34953000
II.2.3) Place of performance
NUTS code:
UKL18
II.2.4) Description of the procurement
Lot B Disabled Facilities Adaptations primarily large domestic alterations including extensions, ramps, and attic conversions
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: 24
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further 24 months
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
Lot C -House renovation works including repair or renewal of roof, rendering, structural repairs, damp proofing, windows, doors and sundry repair works
II.2.2) Additional CPV code(s)
70333000
45000000
45211000
45211100
45211300
II.2.3) Place of performance
NUTS code:
UKL18
II.2.4) Description of the procurement
House renovation works including repair or renewal of roof, rendering, structural repairs, damp proofing, windows, doors and sundry repair works
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: 24
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further 24 months
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
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 refer to the Tender 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
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:
24/05/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
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:
24/05/2018
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
A tendering support session will be run by Business Wales on 1st May 2018 at Gower College, Tycoch. To attend this free session or request free support please contact Elgan Richards - Tendering Advisor - Business Wales on 01656868500 / Mobile 07793777641
Elgan.Richards@businesswales.org.uk
Number of Contractors to be enrolled in the Framework:
A maximum of 12 Framework Contractor providers will be allocated to Lot A, with a further 8 providers allocated to a reserve list for Lot A; unless fewer than this number of tenders are received or do not pass the award stage.
A maximum of 15 Framework Contractor providers will be allocated to Lot B, with a further 10 providers allocated to a reserve list for Lot B; unless fewer than this number of tenders are received or do not pass the award stage.
A maximum of 7 Framework Contractor providers will be allocated to Lot C, with a further 5 providers allocated to a reserve list for Lot C; unless fewer than this number of tenders are received or do not pass the award stage.
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=81071
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:
The Framework Contractor is asked to participate in the economic and social regeneration of the locality as a means of tackling poverty and promoting inclusion. Swansea Council’s community benefit policy has been developed to create an impact on deprivation by addressing the need for more training and job placement opportunities for the economically inactive and unemployed, leading to longer term sustainable jobs. Framework Contractors are requested to participate in this initiative. The policy is managed by the Council’s Beyond Bricks & Mortar (BB&M) team, available to facilitate achievement of community benefits.
(WA Ref:81071)
VI.4) Procedures for review
VI.4.1) Review body
City & County of Swansea
Civic Centre
Swansea
SA1 3SN
UK
Telephone: +44 1792637578
Internet address(es)
URL: http://www.swansea.gov.uk
VI.5) Date of dispatch of this notice
19/04/2018