Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bridgend County Borough Council
Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
UK
Contact person: Judith Sheppard
Telephone: +44 1656642584
E-mail: judith.sheppard@bridgend.gov.uk
NUTS: UKL17
Internet address(es)
Main address: http://www.bridgend.gov.uk/
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0417
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Building Condition Surveys
Reference number: B585
II.1.2) Main CPV code
71315000
II.1.3) Type of contract
Services
II.1.4) Short description
This is an Invitation to Tender for the Provision of Building Condition Surveys to Bridgend County Borough Council (Bridgend
CBC).
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71315100
71315200
71315210
71315300
71315400
71315410
II.2.3) Place of performance
NUTS code:
UKL17
Main site or place of performance:
Bridgend County Borough Council, Bridgend.
II.2.4) Description of the procurement
This is an Invitation to Tender for the Provision of Building Condition Surveys to Bridgend County Borough Council (BCBC)
BCBC is in the process of moving towards a Corporate Landlord delivery model. The Council wishes to reinstate a Planned Preventative Maintenance regime across its assets and in order to do so, it will require up to date Building Condition Surveys and an understanding of maintenance requirements for its assets over the next 10 years.
The Council is looking to commission a suite of Asset Surveys including a condition survey, future maintenance requirements, an assessment of major M&E elements and strategic asset management.
The successful Provider will also need to provide a system for interrogation and interpretation of this data until such time as the Council has its own in house system (estimated to be 24-36 months).
The successful supplier will also be required to provide training for in house Building Surveyors to enable on-going population and maintenance of the data system.
The Council understands its requirements as deliverable over Three (3) separate Phases, where Phase 1 will contain its immediate priorities.
Phases 2 & 3 will follow on at the Authority’s sole discretion during the contract term and to the same Specification of Requirements as Phase 1, although it reserves the right to fine-tune the requirements as is deemed necessary and will only be called off if the Authority has managed to secure the appropriate budget.
Terms and Conditions of Contract: NEC3 – Professional Services Contract. See Contract Data Part 1 provided as a separate file in the attachments folder on ETenderWales.
See Tender Documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Project Management
/ Weighting: 10%
Quality criterion: Performance Management and Continuous Improvement
/ Weighting: 10%
Quality criterion: Communication and Stakeholder Engagement
/ Weighting: 10%
Quality criterion: Account / Contract Management
/ Weighting: 10%
Quality criterion: ICT Developments
/ Weighting: 10%
Quality criterion: Interview
/ Weighting: 10%
Cost criterion: Price
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/03/2019
End:
07/03/2022
This contract is subject to renewal: Yes
Description of renewals:
With options to extend the Contract as required by the Authority for a further period of up to 12-months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Phase 1 priorities are under this contract.
Phase 2 and 3 are optional and will only be called off, if the Authority has managed to secure the appropriate budget
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
See Tender Documents
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:
See Tender Documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See Tender Documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
11/02/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/02/2019
Local time: 13:00
Place:
Estimated Date and Time: Bridgend County Borough Council, Civic Offices, Angel Street, Bridgend. CF31 4WB.
Information about authorised persons and opening procedure:
Members of Cabinet Services and Corporate Procurement Teams.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Authority will observe the mandatory Ten (10) day Standstill period prior to the Award of any Contract.
The Award Criteria (II.2.5) is not listed in order of importance or value.
See Tender Documents.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=88563
(WA Ref:88563)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Bridgend County Borough Council
Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
UK
Telephone: +44 1656664529
VI.5) Date of dispatch of this notice
09/01/2019