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.

Contract Notice

Powys Property Services Joint Venture

  • First published: 21 December 2015
  • Last modified: 21 December 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-038551
Published by:
Powys County Council
Authority ID:
AA0354
Publication date:
21 December 2015
Deadline date:
29 January 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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 fi

Full notice text

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
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box
Checked box
Checked box
Checked box
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 authority

Powys 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 contract

27

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

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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
45100000
45200000
45300000
45400000
45500000
45210000
45220000
45260000
45211000
45212000
45213000
45214000
45215000
45216000
45310000
45320000
45330000
45340000
45350000
45410000
45420000
45430000
45440000
45450000
50000000
50700000
50710000
50720000
50730000
50740000
50750000
50760000
51000000
51100000
51700000
70000000
70110000
70120000
70130000
70200000
70300000
71000000
71200000
71300000
71400000
71500000
71600000
71700000
71800000
71900000
90900000
71315200
71315210
71251000
71315400
71530000
70331000
90911200
71247000
71313400
71313410
71324000
79993000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

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 scope

The 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)

Options

The 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 renewals

1

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

Unchecked box
Unchecked box

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


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

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 participate

35

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

Checked box

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

Unchecked box
Unchecked box


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

Checked box    

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

Coding

Commodity categories

ID Title Parent category
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79993000 Building and facilities management services Miscellaneous business-related services
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
71315200 Building consultancy services Building services
45300000 Building installation work Construction work
71315210 Building services consultancy services Building services
90911200 Building-cleaning services Accommodation, building and window cleaning services
71315400 Building-inspection services Building services
70120000 Buying and selling of real estate Real estate services with own property
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
71530000 Construction consultancy services Construction-related services
45000000 Construction work Construction and Real Estate
45214000 Construction work for buildings relating to education and research Building construction work
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport Building construction work
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
71500000 Construction-related services Architectural, construction, engineering and inspection services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
70110000 Development services of real estate Real estate services with own property
45310000 Electrical installation work Building installation work
71300000 Engineering services Architectural, construction, engineering and inspection services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
45340000 Fencing, railing and safety equipment installation work Building installation work
45430000 Floor and wall covering work Building completion work
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
51000000 Installation services (except software) Other Services
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51700000 Installation services of fire protection equipment Installation services (except software)
45320000 Insulation work Building installation work
45420000 Joinery and carpentry installation work Building completion work
71900000 Laboratory services Architectural, construction, engineering and inspection services
70130000 Letting services of own property Real estate services with own property
50750000 Lift-maintenance services Repair and maintenance services of building installations
45350000 Mechanical installations Building installation work
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
45450000 Other building completion work Building completion work
45440000 Painting and glazing work Building completion work
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
71324000 Quantity surveying services Engineering design services
70300000 Real estate agency services on a fee or contract basis Real estate services
70000000 Real estate services Construction and Real Estate
70200000 Renting or leasing services of own property Real estate services
50760000 Repair and maintenance of public conveniences Repair and maintenance services of building installations
50000000 Repair and maintenance services Other Services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50730000 Repair and maintenance services of cooler groups Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50740000 Repair and maintenance services of escalators Repair and maintenance services of building installations
70331000 Residential property services Property management services of real estate on a fee or contract basis
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45100000 Site preparation work Construction work
71247000 Supervision of building work Architectural, engineering and planning services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
1024 Powys

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:
21 December 2015
Deadline date:
29 January 2016 00:00
Notice type:
Contract Notice
Authority name:
Powys County Council
Publication date:
04 May 2017
Notice type:
Contract Award Notice
Authority name:
Powys County Council

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.