Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  City & County of Swansea
  Civic Centre
  Swansea
  SA1 3SN
  UK
  
            Telephone: +44 1792637242
  
            E-mail: procurement@swansea.gov.uk
  
            NUTS: UKL18
  Internet address(es)
  
              Main address: http://www.swansea.gov.uk/dobusiness
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254
 
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/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.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
Framework Agreement for Housing Renewals & Adaptations Framework Lots A1, A2, B & C
            Reference number: CCS/21/475
  II.1.2) Main CPV code
  45000000
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  Framework Agreement for Housing Renewals & Adaptations Framework Lots A1, A2, B & C
  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 A1 - Medium sized internal Disabled Facilities Adaptations primarily bathroom conversions with associated minor builders work
    II.2.2) Additional CPV code(s)
    45211310
    45223200
    45232141
    II.2.3) Place of performance
    NUTS code:
    UKL18
Main site or place of performance:
    Various sites in Swansea
    II.2.4) Description of the procurement
    Lot A1 - Medium sized internal Disabled Facilities Adaptations primarily bathroom conversions with associated minor builders work, typical individual project values 7,500 to 12,000, GBP let individually by each Grant Applicant.
    Annual Capital programme average number of schemes completed 170 - 220
    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:
    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 A2: Medium sized External Disabled Facilities Adaptations primarily external steps, ramps and associated handrails and grab rails
    II.2.2) Additional CPV code(s)
    33196200
    45000000
    45210000
    45211000
    45211341
    II.2.3) Place of performance
    NUTS code:
    UKL18
Main site or place of performance:
    Various sites in Swansea
    II.2.4) Description of the procurement
    Lot A2: Medium sized External Disabled Facilities Adaptations primarily external steps, ramps and associated handrails and grab rails. with typical individual project values 3,500 to 10,000, GBP let individually by each Grant Applicant.
    Annual Capital programme average number of schemes completed 50 - 70.
    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:
    24
    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 B : Disabled Facilities Adaptations primarily large adaptations including extensions, ramps, and attic conversions
    II.2.2) Additional CPV code(s)
    45000000
    45210000
    45211000
    45262800
    34953000
    II.2.3) Place of performance
    NUTS code:
    UKL18
Main site or place of performance:
    Various sites in Swansea
    II.2.4) Description of the procurement
    Disabled Facilities Adaptations primarily large adaptations including extensions, ramps, and attic conversions, average individual project value 36,000 GBP let individually by each Grant Applicant.
    Annual Capital programme, average number of schemes completed 50 - 70.
    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:
    24
    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: 4
  
    II.2.1) Title
    Lot C Housing Repair Loan 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)
    45261910
    45262330
    45000000
    45210000
    44112400
    45260000
    44221100
    45421110
    44221200
    45421100
    45421111
    II.2.3) Place of performance
    NUTS code:
    UKL18
Main site or place of performance:
    Various sites in Swansea
    II.2.4) Description of the procurement
    Housing Repair Loan works including repair or renewal of roof, rendering, structural repairs, damp proofing, windows, doors and sundry repair works, maximum individual project value 35,000 GBP let individually by each Loan Applicant.
    Annual Capital programme average number of schemes completed 15-20. Welsh Government Owner Occupier Loans 250,000gbp, average number of schemes completed 8-15.
    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:
    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.1.2) 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
  Please see Tender Documents
 
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: 95
  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:
              24/10/2022
  
                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:
              24/10/2022
  
              Local time: 12:30
  Place:
  eTenderWales
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
48 months
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
Register your company on the eTenderWales portal (this is only required once):
— Navigate to the portal: http://etenderwales.bravosolution.co.uk
— Click the “Suppliers register here” link.
— Enter your correct business and user details.
— Note the username you chose and click “Save” when complete.
— You will shortly receive an e-mail with your unique password (please keep this secure).
— Agree to the terms and conditions and click “continue”.
2. Express an interest in the project:
— Login to the portal with your username/password.
— Click the “ITTs Open to All Suppliers” link (these are the ITTs open to any registered supplier).
— Click on the relevant ITT to access the content.
— Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
— This will move the ITT into your “My ITTs” page (this is a secure area reserved for your projects only).
— Click on the ITT code. You can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box.
3. Responding to the invitation to tender:
— You can now choose to “Reply” or “Reject” (please give a reason if rejecting).
— You can now use the “Messages” function to communicate with the buyer and seek any clarification.
— Note the deadline for completion, then follow the onscreen instructions to complete the ITT.
— There may be a mixture of online and offline actions for you to perform (there is detailed online help available).
If you require any further assistance use the online help. Alternatively, the BravoSolution helpdesk can be contacted (Monday to Friday, 8:00 to 18:00) on:
— E-mail: help@bravosolution.co.uk
— Phone: +44 8003684850
The Council’s intention is to enter into a Framework Agreement with the following 	 number of providers on each Lot, unless fewer bids are received:
Lot A1- A maximum of 18 Framework Contractors will be allocated to Lot 			A1, with a further 20 contractors allocated to a reserve list.
Lot A2- A maximum of 2 Framework Contractors will be allocated to Lot 			A2: Medium Sized External Adaptations, with a further 5 				contractors allocated to a reserve list
Lot B- A maximum of 20 Framework Contractors will be allocated to Lot 			B: Large Adaptations, with a further 20 contractors allocated to a 			reserve list
Lot C- A maximum of 2 Framework Contractors will be allocated to Lot 			C: Housing Repair Loan works, with a further 8 contractors 				allocated to a reserve list
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=124990
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:
Please see Tender Documents
(WA Ref:124990)
The buyer considers that this contract is suitable for consortia.
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.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  The 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 will extend to 15 calendar days for communication by non-electronic means. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made. Should additional information be required it should be requested of the addressee in section I.1). If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by 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 30 days). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Council to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Council to pay a civil financial penalty, and/or order that the duration of the contract be shortened. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Council has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
  VI.4.4) Service from which information about the review procedure may be obtained
  
    The City & County of Swansea- Legal, Democratic Services & Business Intelligence
    Civic Centre, Oystermouth Road
    SWANSEA
    SA1 3SN
    UK
   
 
VI.5) Date of dispatch of this notice
23/09/2022