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

Energy Efficiency Works throughout Wales

  • First published: 10 August 2016
  • Last modified: 10 August 2016

Contents

Summary

OCID:
ocds-kuma6s-050155
Published by:
Flintshire County Council
Authority ID:
AA0419
Publication date:
10 August 2016
Deadline date:
23 September 2016
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Flintshire County Council wishes to set up two frameworks for the completion of energy efficiency works throughout Wales. This notice relates to the provision of works. This opportunity is divided into 45 lots, further details are included at Section II.2. Further information about the opportunity is provided at Section VI.3. Frameworks will be established with the successful contractors for an initial term of two years with the option in year two to extend the framework for two further years. The resulting framework will be capable of being used for works to properties owned or managed by any social housing provider and may also include energy efficiency works to privately owned properties. The framework may also be used for works to other public sector / commercial buildings. Please refer to Instructions for Supplier Registration within the additional documents section for further guidance to register on Proactis. CPV: 45300000, 45310000, 45350000, 45400000, 45421110, 45421100, 44221100, 45400000, 45441000, 45331100, 45331110, 45310000, 45350000, 45400000, 45261320, 45261410, 45261900, 45320000, 45321000, 45400000, 45324000, 45350000, 45400000, 45421110, 45421100, 44221100, 45400000, 45441000, 45331100, 45331110, 45310000, 45350000, 45400000, 45261320, 45261410, 45261900, 45320000, 45321000, 45400000, 45324000, 45350000, 45400000, 45310000, 45350000, 45400000, 45421110, 45421100, 44221100, 45400000, 45441000, 45331100, 45331110, 45310000, 45350000, 45400000, 45261320, 45261410, 45261900, 45320000, 45321000, 45400000, 45324000, 45350000, 45400000, 45310000, 45350000, 45400000, 45421110, 45421100, 44221100, 45400000, 45441000, 45331100, 45331110, 45310000, 45350000, 45400000, 45261320, 45261410, 45261900, 45320000, 45321000, 45400000, 45324000, 45350000, 45400000, 45310000, 45350000, 45400000, 45421110, 45421100, 44221100, 45400000, 45441000, 45310000, 45350000, 45400000, 45421110, 45421100, 44221100, 45400000, 45441000, 45320000, 45400000, 45331100, 45331110, 45310000, 45350000, 45400000, 45261320, 45261410, 45261900, 45320000, 45321000, 45400000, 45324000, 45350000, 45400000, 45310000, 45350000, 45400000, 45421110, 45421100, 44221100, 45400000, 45441000, 45320000, 45400000, 45331100, 45331110, 45310000, 45350000, 45400000, 45261320, 45261410, 45261900, 45320000, 45321000, 45400000, 45324000, 45350000, 45400000, 09332000, 45310000, 45260000, 45400000, 09332000, 45310000, 45260000, 45400000, 45310000, 45350000, 45400000, 45320000, 45400000, 09332000, 45310000, 45260000, 45400000, 09332000, 45310000, 45260000, 45400000, 09332000, 45310000, 45260000, 45400000, 45331100, 45331110, 45310000, 45350000, 45400000, 45261320, 45261410, 45261900, 45320000, 45321000, 45400000, 45324000, 45350000, 45400000, 09332000, 45310000, 45260000, 45400000, 09332000, 45310000, 45260000, 45400000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Flintshire County Council

Chapel Street

Flint

CH6 5BD

UK

Telephone: +44 1618702515

E-mail: tenders.support@valueworks.co.uk

NUTS: UKL

Internet address(es)

Main address: www.flintshire.gov.uk

I.1) Name and addresses

Flintshire County Council

Chapel Street

Flint

CH6 5BD

UK

E-mail: tenders.support@valueworks.co.uk

NUTS: UKL

Internet address(es)

Main address: www.flintshire.gov.uk

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

Please see the additional documents section for full details of the potential buying organisations.

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://supplierlive.proactisp2p.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com


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://supplierlive.proactisp2p.com


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

Energy Efficiency Works throughout Wales

Reference number: VWCL1074

II.1.2) Main CPV code

45300000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Flintshire County Council wishes to set up two frameworks for the completion of energy efficiency works throughout Wales. This notice relates to the provision of works. This opportunity is divided into 45 lots, further details are included at Section II.2. Further information about the opportunity is provided at Section VI.3. Frameworks will be established with the successful contractors for an initial term of two years with the option in year two to extend the framework for two further years. The resulting framework will be capable of being used for works to properties owned or managed by any social housing provider and may also include energy efficiency works to privately owned properties. The framework may also be used for works to other public sector / commercial buildings. Please refer to Instructions for Supplier Registration within the additional documents section for further guidance to register on Proactis.

II.1.5) Estimated total value

Value excluding VAT: 176 960 000.00  GBP

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

Installation of boilers and associated heating works in North Wales

II.2.2) Additional CPV code(s)

45331100

45331110

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.

II.2.4) Description of the procurement

Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 1 370 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 2

II.2.1) Title

Installation of insulation and associated works in North Wales

II.2.2) Additional CPV code(s)

45261320

45261410

45261900

45320000

45321000

45400000

45324000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.

II.2.4) Description of the procurement

Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 29 810 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 3

II.2.1) Title

Installation of heat pumps and associated works in North Wales

II.2.2) Additional CPV code(s)

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.

II.2.4) Description of the procurement

Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 830 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 4

II.2.1) Title

Installation of solar panels and associated works in North Wales

II.2.2) Additional CPV code(s)

09332000

45310000

45260000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.

II.2.4) Description of the procurement

Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 730 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 5

II.2.1) Title

Installation of heat recovery systems and associated works in North Wales

II.2.2) Additional CPV code(s)

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.

II.2.4) Description of the procurement

Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 370 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 6

II.2.1) Title

Installation of windows and associated works in North Wales

II.2.2) Additional CPV code(s)

45421110

45421100

44221100

45400000

45441000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.

II.2.4) Description of the procurement

Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 520 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 7

II.2.1) Title

Cavity wall insulation extraction and associated works in North Wales

II.2.2) Additional CPV code(s)

45320000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

North Wales - Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd.

II.2.4) Description of the procurement

Work will include but not limited to extraction of existing cavity wall insulation and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Flintshire, Wrexham, Denbighshire, Conwy, Ynys Mon and Gwynedd. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 3 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 8

II.2.1) Title

Installation of boilers and associated heating works in Mid Wales 1

II.2.2) Additional CPV code(s)

45331100

45331110

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 1 - Ceredigion

II.2.4) Description of the procurement

Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 160 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 9

II.2.1) Title

Installation of insulation and associated works in Mid Wales 1

II.2.2) Additional CPV code(s)

45261320

45261410

45261900

45320000

45321000

45400000

45324000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 1 – Ceredigion

II.2.4) Description of the procurement

Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 3 550 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 10

II.2.1) Title

Installation of heat pumps and associated works in Mid Wales 1

II.2.2) Additional CPV code(s)

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 1 – Ceredigion

II.2.4) Description of the procurement

Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 11

II.2.1) Title

Installation of solar panels and associated works in Mid Wales 1

II.2.2) Additional CPV code(s)

09332000

45310000

45260000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 1 – Ceredigion

II.2.4) Description of the procurement

Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 90 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 12

II.2.1) Title

Installation of heat recovery systems and associated works in Mid Wales 1

II.2.2) Additional CPV code(s)

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 1 – Ceredigion

II.2.4) Description of the procurement

Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 40 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 13

II.2.1) Title

Installation of windows and associated works in Mid Wales 1

II.2.2) Additional CPV code(s)

45421110

45421100

44221100

45400000

45441000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 1 – Ceredigion

II.2.4) Description of the procurement

Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical areas within Ceredigion they can operate. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 60 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 14

II.2.1) Title

Installation of boilers and associated heating works in Mid Wales 2

II.2.2) Additional CPV code(s)

45331100

45331110

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire

II.2.4) Description of the procurement

Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 300 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 15

II.2.1) Title

Installation of insulation and associated works in Mid Wales 2

II.2.2) Additional CPV code(s)

45261320

45261410

45261900

45320000

45321000

45400000

45324000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire

II.2.4) Description of the procurement

Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 6 560 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 16

II.2.1) Title

Installation of heat pumps and associated works in Mid Wales 2

II.2.2) Additional CPV code(s)

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire

II.2.4) Description of the procurement

Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 180 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 17

II.2.1) Title

Installation of solar panels and associated works in Mid Wales 2

II.2.2) Additional CPV code(s)

09332000

45310000

45260000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire

II.2.4) Description of the procurement

Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 160 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 18

II.2.1) Title

Installation of heat recovery systems and associated works in Mid Wales 2

II.2.2) Additional CPV code(s)

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire

II.2.4) Description of the procurement

Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 80 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 19

II.2.1) Title

Installation of windows and associated works in Mid Wales 2

II.2.2) Additional CPV code(s)

45421110

45421100

44221100

45400000

45441000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Mid Wales 2 – Brecknockshire, Radnorshire and Montgomeryshire

II.2.4) Description of the procurement

Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 110 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 20

II.2.1) Title

Cavity wall insulation extraction and associated works in Mid Wales

II.2.2) Additional CPV code(s)

45320000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Ceredigion, Brecknockshire, Radnorshire and Montgomeryshire

II.2.4) Description of the procurement

Work will include but not limited to extraction of existing cavity wall insulation and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Ceredigion, Brecknockshire, Radnorshire and Montgomeryshire . It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 1 090 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 21

II.2.1) Title

Installation of boilers and associated heating works in South East Wales 1

II.2.2) Additional CPV code(s)

45331100

45331110

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent

II.2.4) Description of the procurement

Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 1 260 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 22

II.2.1) Title

Installation of insulation and associated works in South East Wales 1

II.2.2) Additional CPV code(s)

45261320

45261410

45261900

45320000

45321000

45400000

45324000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent

II.2.4) Description of the procurement

Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 27 320 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 23

II.2.1) Title

Installation of heat pumps and associated works in South East Wales 1

II.2.2) Additional CPV code(s)

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent

II.2.4) Description of the procurement

Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 760 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 24

II.2.1) Title

Installation of solar panels and associated works in South East Wales 1

II.2.2) Additional CPV code(s)

09332000

45310000

45260000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent

II.2.4) Description of the procurement

Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 670 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 25

II.2.1) Title

Installation of heat recovery systems and associated works in South East Wales 1

II.2.2) Additional CPV code(s)

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent

II.2.4) Description of the procurement

Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 340 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 26

II.2.1) Title

Installation of windows and associated works in South East Wales 1

II.2.2) Additional CPV code(s)

45421110

45421100

44221100

45400000

45441000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 1 – Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent

II.2.4) Description of the procurement

Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly and Blaenau Gwent. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 480 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 27

II.2.1) Title

Installation of boilers and associated heating works in South East Wales 2

II.2.2) Additional CPV code(s)

45331100

45331110

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff

II.2.4) Description of the procurement

Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 1 380 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 28

II.2.1) Title

Installation of insulation and associated works in South East Wales 2

II.2.2) Additional CPV code(s)

45261320

45261410

45261900

45320000

45321000

45400000

45324000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff

II.2.4) Description of the procurement

Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 29 980 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 29

II.2.1) Title

Installation of heat pumps and associated works in South East Wales 2

II.2.2) Additional CPV code(s)

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff

II.2.4) Description of the procurement

Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 840 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 30

II.2.1) Title

Installation of solar panels and associated works in South East Wales 2

II.2.2) Additional CPV code(s)

09332000

45310000

45260000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff

II.2.4) Description of the procurement

Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 730 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 31

II.2.1) Title

Installation of heat recovery systems and associated works in South East Wales 2

II.2.2) Additional CPV code(s)

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff

II.2.4) Description of the procurement

Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 380 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 32

II.2.1) Title

Installation of windows and associated works in South East Wales 2

II.2.2) Additional CPV code(s)

45421110

45421100

44221100

45400000

45441000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 2 - Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff

II.2.4) Description of the procurement

Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Merthyr Tydfil, Rhondda Cynnon Taff and Cardiff. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 520 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 33

II.2.1) Title

Installation of boilers and associated heating works in South East Wales 3

II.2.2) Additional CPV code(s)

45331100

45331110

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea

II.2.4) Description of the procurement

Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 1 430 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 34

II.2.1) Title

Installation of insulation and associated works in South East Wales 3

II.2.2) Additional CPV code(s)

45261320

45261410

45261900

45320000

45321000

45400000

45324000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea

II.2.4) Description of the procurement

Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 31 040 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 35

II.2.1) Title

Installation of heat pumps and associated works in South East Wales 3

II.2.2) Additional CPV code(s)

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea

II.2.4) Description of the procurement

Work will include but not limited to installation of air source and ground source heat pumps and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 870 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 36

II.2.1) Title

Installation of solar panels and associated works in South East Wales 3

II.2.2) Additional CPV code(s)

09332000

45310000

45260000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea

II.2.4) Description of the procurement

Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 760 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 37

II.2.1) Title

Installation of heat recovery systems and associated works in South East Wales 3

II.2.2) Additional CPV code(s)

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea

II.2.4) Description of the procurement

Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 390 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 38

II.2.1) Title

Installation of windows and associated works in South East Wales 3

II.2.2) Additional CPV code(s)

45421110

45421100

44221100

45400000

45441000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South East Wales 3 – Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea

II.2.4) Description of the procurement

Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Vale of Glamorgan, Bridgend, Neath Port Talbot and Swansea. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 540 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 39

II.2.1) Title

Installation of boilers and associated heating works in South West Wales

II.2.2) Additional CPV code(s)

45331100

45331110

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South West Wales – Carmarthenshire and Pembrokeshire

II.2.4) Description of the procurement

Work will include but not limited to installation of boilers, radiators, heating controls, TRV's, room thermostats. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 680 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 40

II.2.1) Title

Installation of insulation and associated works in South West Wales

II.2.2) Additional CPV code(s)

45261320

45261410

45261900

45320000

45321000

45400000

45324000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South West Wales – Carmarthenshire and Pembrokeshire

II.2.4) Description of the procurement

Work will include but not limited to installation of external wall insulation, loft insulation, internal solid wall insulation, cavity wall insulation, roof insulation, flat roof insulation, underfloor insulation, park home EWI and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 14 850 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 41

II.2.1) Title

Installation of heat pumps and associated works in South West Wales

II.2.2) Additional CPV code(s)

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South West Wales – Carmarthenshire and Pembrokeshire

II.2.4) Description of the procurement

Work will include but not limited to installation of air source and ground source heat pumps and Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 410 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 42

II.2.1) Title

Installation of solar panels and associated works in South West Wales

II.2.2) Additional CPV code(s)

09332000

45310000

45260000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South West Wales – Carmarthenshire and Pembrokeshire

II.2.4) Description of the procurement

Work will include but not limited to installation of solar thermal panels and solar photovoltaic panels and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 360 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 43

II.2.1) Title

Installation of heat recovery systems and associated works in South West Wales

II.2.2) Additional CPV code(s)

45310000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South West Wales – Carmarthenshire and Pembrokeshire

II.2.4) Description of the procurement

Work will include but not limited to installation of heat recovery systems and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 190 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 44

II.2.1) Title

Installation of windows and associated works in South West Wales

II.2.2) Additional CPV code(s)

45421110

45421100

44221100

45400000

45441000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

South West Wales – Carmarthenshire and Pembrokeshire

II.2.4) Description of the procurement

Work will include but not limited to installation of new windows, secondary glazing, existing window repairs and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 260 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

Lot No: 45

II.2.1) Title

Cavity wall insulation extraction and associated works in South Wales

II.2.2) Additional CPV code(s)

45320000

45400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Monmouthshire, Torfaen, Newport, Caerphilly, Blaenau Gwent, Merthyr Tydfil, Rhondda Cynnon Taff, Cardiff, Vale of Glamorgan, Bridgend, Neath Port Talbot, Swansea, Carmarthenshire and Pembrokeshire

II.2.4) Description of the procurement

Work will include but not limited to extraction of existing cavity wall insulation and associated works. Contractors can identify within the tender documentation which geographical area within which they can operate; areas include Monmouthshire, Torfaen, Newport, Caerphilly, Blaenau Gwent, Merthyr Tydfil, Rhondda Cynnon Taff, Cardiff, Vale of Glamorgan, Bridgend, Neath Port Talbot, Swansea, Carmarthenshire and Pembrokeshire. It is anticipated that a range of between five and eight contractors will be appointed per lot dependent on geographical coverage and size of contract they wish to undertake.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Service Delivery / Weighting: 20

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Employment, Skills and Social Responsibility / Weighting: 10

Quality criterion: Environmental / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 11 180 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Frameworks will be established with the successful suppliers for an initial term of two years with the option in year two to extend the framework for two further years.

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: Yes

Identification of the project:

Maximum volume may include an element of European Union funds.

II.2.14) Additional information

Estimated value is maximum estimated value for a four year framework term.

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:

The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the Invitation to Tender. The tender must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.2.2 of this contract notice.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the Invitation to Tender. The tender must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.2.2 of this contract notice.


Minimum level(s) of standards required:

Please refer to the Invitation to Tender documentation.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the Invitation to Tender. The tender must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.2.2 of this contract notice.


Minimum level(s) of standards required:

Please refer to the Invitation to Tender documentation.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to the Invitation to Tender documentation.

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: 360

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: 23/09/2016

Local time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 23/09/2016

Local time: 16:30

Place:

Electronic – tenders submitted via Proactis

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Flintshire County Council wishes to set up two frameworks for the completion of energy efficiency works throughout Wales. This notice relates to the provision of works; a separate notice has been published for the provision of materials and merchant services.

The resulting framework agreement will be capable of being used for works to properties owned or managed by any social housing provider and made also include energy efficiency works to privately owned properties. Social Housing Provider for this purpose means any provider of social housing and includes registered (housing) providers, local authorities, local government ALMOs, unitary authorities and third sector organisations / registered charities. The framework agreement may also be used for works to other public sector and commercial buildings.

For the purpose of this procurement, the local authorities are identifiable by reference to the Welsh Local Government Association http://www.wlga.gov.uk/authorities and a full list of all current Registered Providers can be found at http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en.

The framework can also be used by other Contracting Authorities in the Wales, including but not limited to educational establishments (including primary schools, secondary schools and universities) and NHS bodies.

Frameworks will be established with the successful contractors for an initial term of two years with the option in year two to extend the framework for two further years. Applicants should note that, under the framework agreement, none of the contracting authorities that are entitled to use the framework agreement shall be under any obligation to do so and that the award of the framework agreement will not constitute any guarantee of work.

The framework entered into will be managed by Flintshire County Council and partners, either current or future, will be entitled to call off individual contracts pursuant to the framework agreement. Any such contract will be held, managed and supervised by the individual partner organisation making the call-off.

This procurement exercise is being undertaken using an electronic procurement system.

Log in to the Proactis Plaza E-Sourcing Portal at https://supplierlive.proactisp2p.com Note: do not simply register interest on the Sell2Wales website or via this notice as there are no documents held there. The information is only accessible through the Proactis Portal. Please see the additional documents section for further guidance.

Flintshire County Council are hosting free "Meet the Buyer" events for those who are interested in bidding for this opportunity. These events will be held as follows:

1.30pm Wednesday 17th August 2016 – Copthorne Hotel, Cardiff

1.30pm Thursday 18th August 2016 – Media Resource Centre, Llandrindod Wells

11.30am Monday 22nd August 2016 – Conwy Business Centre, Conwy

Please note that the format and content of all events will be the same and that multiple events are being held for the convenience of bidders only.

To book your place please contact Valueworks via email quoting VWCL1074 - tenders.support@valueworks.co.uk.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=50155.

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 tender incorporates all aspects of Welsh Community Benefit Toolkit and helps projects meet more aspects of Well Being Future Generations Act and Environment Act.

(WA Ref:50155)

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Flintshire County Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered in to. 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).

VI.5) Date of dispatch of this notice

08/08/2016

Coding

Commodity categories

ID Title Parent category
45331110 Boiler installation work Heating, ventilation and air-conditioning installation work
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
45310000 Electrical installation work Building installation work
45441000 Glazing work Painting and glazing work
45261320 Guttering work Erection and related works of roof frames and coverings
45421110 Installation of door and window frames Joinery work
45421100 Installation of doors and windows and related components Joinery work
45320000 Insulation work Building installation work
45350000 Mechanical installations Building installation work
45324000 Plasterboard works Insulation work
45261410 Roof insulation work Erection and related works of roof frames and coverings
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
09332000 Solar installation Solar energy
45321000 Thermal insulation work Insulation work
44221100 Windows Windows, doors and related items

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

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:
10 August 2016
Deadline date:
23 September 2016 00:00
Notice type:
02 Contract Notice
Authority name:
Flintshire County Council
Publication date:
16 February 2017
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Flintshire County Council

About the buyer

Main contact:
tenders.support@valueworks.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf321.65 KB
This file may not be accessible.
pdf
pdf129.15 KB
This file may not be accessible.
pdf
pdf38.32 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.