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

External Refurbishment and Environmental Works (Private Sector Housing)

  • First published: 19 April 2019
  • Last modified: 19 April 2019

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-091614
Published by:
Wrexham County Borough Council
Authority ID:
AA0264
Publication date:
19 April 2019
Deadline date:
29 May 2019
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The works will consider the replacement of the main elements to the external refurbishment of private properties with environment works. CPV: 45000000, 45000000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

Delivery locations

ID Description
1013 Conwy and Denbighshire
1023 Flintshire and Wrexham

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:
19 April 2019
Deadline date:
29 May 2019 00:00
Notice type:
02 Contract Notice
Authority name:
Wrexham County Borough Council
Publication date:
19 August 2019
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Wrexham County Borough Council

About the buyer

Main contact:
procurement@wrexham.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.