CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Powys County Council |
County Hall, |
Llandrindod Wells |
LD1 5LG |
UK |
Commercial Services
Garry Leatherland |
+44 01597826000 |
|
|
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0354
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Yes Powys Teaching Health Board
Brecon Beacons National Park
Welsh Ambulance Service NHS Trust
Torfaen County Borough Council
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityPowys Property Services Joint Venture |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
This will predominately focus on the Council's Housing and Corporate Property portfolios but may include other contracting authorities as identified. The Joint Venture may also operate outside the county of Powys where it is successful in securing work for other organisations.
UKL24 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Powys County Council ("the Council") is seeking a suitable established industry partner, from either the private or public sector to enter into a Joint Venture to deliver Property Services, in partnership with the Council. The Council is seeking to create a Joint Venture to deliver an integrated Property Service, jointly owned and controlled by the Council and its partner acting collectively.
Initially, the Joint Venture will deliver four key functions:
Delivery of a responsive buildings repair and maintenance contracting service, to deliver planned responsive & cyclical maintenance, minor works housing, public and commercial buildings, including statutory inspections/servicing and housing void works, call centre & budget management provided across the whole of the Council's estates portfolio of 5400 houses, 615 Corporate buildings of which total 450 main operational buildings (work order value under 10,000 GBP).
Consultancy services to deliver small projects and a Design and Build contracting service (works value 10,000 GBP to 1,500,000 GBP); typically includes maintenance, refurbishment, adaptations works M&E upgrades, to existing buildings.
Consultancy services to deliver the ambitious major capital investment programme in new buildings (construction contract value over 1,500,000 GBP). Note, for contract values over 5,000,000 GBP these are generally procured as design and build contracts. Consultancy services are to provide, but not limited to, Principal Designer, Architectural, Project Management, Cost and contract management, Building surveying, Mechanical and electrical engineering, NEC Supervisor.
Consultancy services to deliver property advice, asbestos laboratory and consultancy, budget and estate portfolio management.
The Joint Venture will be based in the County of Powys. It is expected that the existing Council employees delivering these services will transfer under TUPE terms and conditions to the Joint Venture which will offer and maintain a full multi-disciplinary property service, with a good balance of resources across the key disciplines.
The partnership is expected to deliver over a term of 10 to 15 years and to build a strong, viable and resilient property service for the Heart of Wales, not only delivering services to Powys County Council, but in time to other public sector organisations.
The Joint Venture will be the Council’s strategic partner in ensuring that all Council owned homes and public buildings are safe and fit for purpose, be the vehicle for consultancy services to deliver a wide range of property services including the Council’s major capital investment programme. A central component of this work is the provision of replacement schools as part of Welsh Government’s C21st Schools Programme.
The Joint Venture will continue to use and up-skill the established supply chain, procuring directly to support the works and services delivered by the Joint Venture Company, managing contracts held by the Council and novated contracts. It will develop a strong and trusted brand for the partnership which is valued by customers and citizens across mid Wales. It will improve job satisfaction and career opportunities making it easier to attract, motivate and retain valued staff.
In time, the Council may choose to extend the scope of Property Services delivered by the Joint Venture for additional property services such as cleaning and grounds maintenance. It is expected that the Joint Venture will provide services to other organisations through separate procurements.
It is expected that the Joint Venture will provide services to other organisations through separate procurements.
Bidders should note that the Procurement Documents are draft documents at this stage, providing indicative information of the Council's intended approach in the procurement process and are for general information only. The Council reserves the right to vary, amend and update any aspects of the Procurement Documents, and final details and versions of the Procurement Documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=38551
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe scope of the contract is set out in the Invitation to Participate in Dialogue (ITPD) documents 1 to 4 available via the eTenderwales portal. The Joint Venture will deliver a combination of contracting and consultancy services as described in the Short Description in this notice at II.1.5 and the ITPD documents. Based on current expenditure for the services the combined annual spend with the Joint Venture would be in the region of 9,000,000 GBP per annum. Budgets for responsive building maintenance and statutory testing are likely to reduce over time, however, the value of consultancy services will increase over the next 5 years as the major capital build program is delivered.
Additional services, for the delivery of premises management activities, cleaning and grounds maintenance, based on current expenditure amount to approximately 1,700,000 GBP per annum.
Other contracting authorities have indicated an annual expenditure on consultancy and contracting works of 500,000 GBP.
The potential quantity based over a 10 year life of the Joint Venture, is estimated to be between 60,000,000 GBP and 130,000,000 GBP.
Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity as a whole. |
|
|
II.2.2)
|
OptionsThe contract between the Council and the partner will be for an initial term of 10 years with an option to extend (exercisable during the initial term) for a further 5 years. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals1 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The Council reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Details will be set out in the Invitation to Participate in Competitive Dialogue (ITPD) and/or the contractual documentation and will be developed throughout the competitive dialogue procedure.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Expressions of interest in response to this contract notice may be submitted by a single bidder or a consortium. The contracting authority reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
In accordance with Articles 57 to 63 of Directive 2014/24/EU and Regulations 57 to 63 of the Public Contracts Regulations 2015 and as set out in the pre-qualification questionnaire available from the address in section I.1
|
III.2.2)
|
Economic and financial capacity
In accordance with Article 58 to 63 of Directive 2014/24/EU and Regulation 58 to 63 of the Public Contracts Regulations 2015 and as set out in the prequalification questionnaire which is available from the address in section I.1.
As set out in the pre-qualification questionnaire.
|
III.2.3)
|
Technical capacity
In accordance with Articles 58 to 63 of Directive 2014/24/EU and Regulation 58 to 63 of the Public Contracts Regulations 2015 and as set out in the prequalification questionnaire which is available from the address in section I.1.
As set out in the pre-qualification questionnaire.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate35 |
|
Objective criteria for choosing the limited number of candidates
As set out in the pre-qualification questionnaire
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 29-01-2016
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 12-02-2016
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Section II.1.8 (Lots): The Council has not divided the contract into Lots because it is not appropriate for this arrangement.
Section II.1.9 (Variants) – The Council reserves the right to invite variant proposals and final details of whether variants will be invited will be provided to bidders that are shortlisted to participate in the competitive dialogue stage of the procurement.
Section II.1.2 Service categories: Maintenance and repair services; Architectural, engineering, urban planning and related services and Building-cleaning services and property management services.
It is anticipated that the invitation to participate in dialogue will be sent to short-listed bidders in February 2016.
Section IV.3.4 (Time-limit for requests to participate) - Expressions of interest must be by way of completion and return of the prequalification questionnaire (in accordance with the requirements set out in the prequalification questionnaire) by the date and time specified in Section IV.3.4.
Some confidential information is available upon interested parties returning a signed confidentiality agreement via the messaging facility on the eTenderwales portal (a copy of the agreement can be found within the Attachments area on the portal). This information generally in its nature relates to people and therefore the Council requires these measures be observed in order to govern access to this information.
Expressions of interest must be received before the deadline.
Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid such issues as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time. Expressions of interest delivered after the date and time specified or to a different address, electronically or otherwise, will not be considered.
The contracting authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.
- Instructions for Suppliers – Registration on eTenderwales -
Powys County Council will be conducting this tender through the Value Wales eTendering portal. This can be found at www.etenderwales.bravosolution.co.uk, all information may be downloaded and returned through this channel.
Internet address(es): http://etenderwales.bravosolution.co.uk
Suppliers Instructions How to Express Interest in this PQQ.
1. Register your company on the eTenderwales portal (this is only required once)
- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the PQQ
- Login to the portal with the username/password
- Click the “Open Access PQQs” link.
- Click on the relevant PQQ to access the content. (PQQ_31916)
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the PQQ
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8am – 6pm) on:
- eMail: help@bravosolution.co.uk
- Phone: 0800 368 4850 / Fax: 020 7080 0480
Tenders or Requests to Participate must be sent to:
Official name: www.etenderwales.bravosolution.co.uk
(WA Ref:38551)
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:
To be in accordance with Welsh Government Community Benefits policy to include but not limited to Apprenticeships, Targeted Recruitment and Training, Supply Chain Development and Engagement.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Powys County Council |
County Hall |
Llandrindod Wells |
LD1 5LG |
UK |
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 (Information about contract award procedures), Regulation 32A (standstill period), Regulation 47 and Regulations 47D to 47N(inclusive) of the
Public Contracts Regulations 2006 (as amended).
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 21-12-2015 |