Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Wrexham County Borough Council
Commissioning Procurement and Contract Management Unit, Lampbit Street
Wrexham
LL11 1AR
UK
Telephone: +44 1978292791
E-mail: procurement@wrexham.gov.uk
NUTS: UKL23
Internet address(es)
Main address: www.wrexham.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264
I.1) Name and addresses
Denbighshire County Council
Wynnstay Road
Ruthin
LL15 1YN
UK
Telephone: +44 1824712612
E-mail: procurement@denbighshire.gov.uk
NUTS: UKL13
Internet address(es)
Main address: www.denbighshire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280
I.1) Name and addresses
Flintshire County Council
County Hall, Mold
Flintshire
CH7 6NA
UK
Telephone: +44 1352701814
E-mail: procurement@denbighshire.gov.uk
NUTS: UKL23
Internet address(es)
Main address: www.flintshire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0419
I.1) Name and addresses
Conwy County Borough Council
Bodlondeb, Bangor Road
Conwy
LL32 8DU
UK
Telephone: +44 1492574000
E-mail: procurement@conwy.gov.uk
NUTS: UKL13
Internet address(es)
Main address: http://www.conwy.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
www.etenderwales@bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales@bravosolution.gov.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
External Refurbishment and Environmental Works (Private Sector Housing)
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The works will consider the replacement of the main elements to the external refurbishment of private properties with environment works.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKL23
II.2.4) Description of the procurement
The works will consider the replacement of the main elements to the external refurbishment of private properties with environment works that may include roof coverings, chimney stacks, repointing, rendering, windows, doors, pathways, boundary walls/fencing and associated enabling works and repairs and also minor ancillary works (e.g. painting waste pipes, painting cills and lintels, pointing brickwork, removal and reinstatement of PV and Solar panels) on privately owned properties sited within North East Wales.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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 an additional 2 years in one yearly increments
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:
Detailed within the Invitation to Tender document
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
In this Contract key performance indicators (“KPIs”) are used for the following purposes:
to monitor performance of the Contract, with a view to both the Employer and Principal Contractor having data which they will review at progress and other meetings so that each of them can bring forward suggestions for the improvement of the performance of the contract and the delivery of the works;
to identify performance below the performance target on a single indicator which, if continued for 3 monthly measurement periods, or applying to up to 3 KPIs, in a single month leads to a requirement for the Principal Contractor to produce a Remedial Plan; and
To identify performance that is below the minimum standard that the Employer is prepared to accept (“Minimum Acceptable Performance”) and which, if not improved, will lead ultimately to either termination of the Contract for Principal Contractor Default or demotion on the Framework
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.
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:
29/05/2019
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:
29/05/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=91614
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:
It is a requirement of this contract to provide Core Community benefits which will include employment and training opportunities for disadvantaged groups of 52 weeks training per one million pound of contract spend.
It is a requirement of this contract that the Principal Contractor will appoint or clearly evidence attempts to appoint Welsh SME contractors to deliver works equating to 25% of the contract spend.
(WA Ref:91614)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Wrexham County Borough Council
Commissioning Procurement and Contract Management Unit, Lampbit Street
Wrexham
LL11 1AR
UK
Telephone: +44 1978292792
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Wrexham County Borough Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. [The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into]
VI.5) Date of dispatch of this notice
18/04/2019