Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Housing Renewals and Adaptations Framework

  • First published: 23 April 2018
  • Last modified: 23 April 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-081071
Published by:
City & County of Swansea
Authority ID:
AA0254
Publication date:
23 April 2018
Deadline date:
24 May 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Housing Adaptions Framework CPV: 45211300, 70333000, 45211310, 70333000, 34953000, 70333000, 45000000, 45211000, 45211100, 45211300.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
34953000 Access ramps Loadbearing equipment
45211310 Bathrooms construction work Construction work for multi-dwelling buildings and individual houses
45000000 Construction work Construction and Real Estate
45211100 Construction work for houses Construction work for multi-dwelling buildings and individual houses
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45211300 Houses construction work Construction work for multi-dwelling buildings and individual houses
70333000 Housing services Property management services of real estate on a fee or contract basis

Delivery locations

ID Description
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
23 April 2018
Deadline date:
24 May 2018 00:00
Notice type:
02 Contract Notice
Authority name:
City & County of Swansea
Publication date:
30 November 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
City & County of Swansea

About the buyer

Main contact:
procurement@swansea.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.