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

South West Wales Regional Contractors Framework

  • First published: 12 July 2019
  • Last modified: 12 July 2019

Contents

Summary

OCID:
ocds-kuma6s-088722
Published by:
Carmarthenshire County Council
Authority ID:
AA0281
Publication date:
12 July 2019
Deadline date:
30 September 2019
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Carmarthenshire County Council, in association with Ceredigion County Council, Neath Port Talbot County Borough Council, Pembrokeshire County Council and Swansea Council, is undertaking a procurement exercise to establish a Framework Agreement for use by public and voluntary sector organisations based (or operating) in the counties of Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire, Powys and Swansea for the provision of construction-related works. A list of these organisations (Other Participating Bodies) is attached to this Contract Notice and contained within the tender documentation. Where an Other Participating Body operates across more than one county, it shall use either the Lot that is geographically closer in location to its principal office, OR if nearer, the Lot closest to the location of the Contract. The Framework will be split across 10 individual value-banded and geographic lots. CPV: 45000000, 45000000, 71000000, 45000000, 71000000, 45000000, 71000000, 45000000, 71000000, 45000000, 71000000, 45000000, 71000000, 45000000, 71000000, 45000000, 71000000, 45000000, 71000000, 45000000, 71000000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

UK

Contact person: Andrew Shaw

E-mail: TSSWWRCF@carmarthenshire.gov.uk

NUTS: UKL14

Internet address(es)

Main address: www.carmarthenshire.gov.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0281

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk


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

South West Wales Regional Contractors Framework

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Carmarthenshire County Council, in association with Ceredigion County Council, Neath Port Talbot County Borough Council, Pembrokeshire County Council and Swansea Council, is undertaking a procurement exercise to establish a Framework Agreement for use by public and voluntary sector organisations based (or operating) in the counties of Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire, Powys and Swansea for the provision of construction-related works. A list of these organisations (Other Participating Bodies) is attached to this Contract Notice and contained within the tender documentation. Where an Other Participating Body operates across more than one county, it shall use either the Lot that is geographically closer in location to its principal office, OR if nearer, the Lot closest to the location of the Contract. The Framework will be split across 10 individual value-banded and geographic lots.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 9 lots

II.2) Description

Lot No: 1

II.2.1) Title

1a West (0 - 750,000 GBP)

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKL14

UKL24


Main site or place of performance:

Carmarthenshire, Ceredigion, Pembrokeshire and Powys

II.2.4) Description of the procurement

Lot 1a West will be for construction activities in relation to but not limited to, schools, housing, leisure, commercial, industrial, public buildings and other related premises within participants’ remits. This lot will be for works up to a value of 750,000 GBP in the Western area of the region (i.e. Carmarthenshire, Ceredigion, Pembrokeshire and Powys).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1a, 1b, 2a, 2b and 6. A Tenderer which tenders for any of Lots 1a, 1b, 2a or 2b cannot also tender for Lot 6. Full details are provided in the tender documentation.

Lot No: 2

II.2.1) Title

1b East (0 - 750,000 GBP)

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKL17

UKL18

UKL24


Main site or place of performance:

Neath Port Talbot and Swansea (and Powys for Other Participating Bodies that operate across borders)

II.2.4) Description of the procurement

Lot 1b East will be for construction activities in relation to but not limited to, schools, housing, leisure, commercial, industrial, public buildings and other related premises within participants’ remits. This lot will be for works up to a value of 750,000 GBP in the Eastern area of the region (i.e. Neath Port Talbot and Swansea, in addition to Powys for Other Participating Bodies that operate across borders).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1a, 1b, 2a, 2b and 6. A Tenderer which tenders for any of Lots 1a, 1b, 2a or 2b cannot also tender for Lot 6. Full details are provided in the tender documentation.

Lot No: 3

II.2.1) Title

2a West (750,000 - 1,500,000 GBP)

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKL14

UKL24


Main site or place of performance:

Carmarthenshire, Ceredigion, Pembrokeshire and Powys

II.2.4) Description of the procurement

Lot 2a West will be for construction activities in relation to but not limited to, schools, housing, leisure, commercial, industrial, public buildings and other related premises within participants’ remits. This lot will be for works valued between 750,000 and 1,500,000 GBP in the Western area of the region (i.e. Carmarthenshire, Ceredigion, Pembrokeshire and Powys).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1a, 1b, 2a, 2b and 6. A Tenderer which tenders for any of Lots 1a, 1b, 2a or 2b cannot also tender for Lot 6. Full details are provided in the tender documentation.

Lot No: 4

II.2.1) Title

2b East (750,000 - 1,500,000 GBP)

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKL17

UKL18

UKL24


Main site or place of performance:

Neath Port Talbot and Swansea (and Powys for Other Participating Bodies that operate across borders)

II.2.4) Description of the procurement

Lot 2b East will be for construction activities in relation to but not limited to, schools, housing, leisure, commercial, industrial, public buildings and other related premises within participants’ remits. This lot will be for works valued between 750,000 and 1,500,000 GBP in the Eastern area of the region (i.e. Neath Port Talbot and Swansea, in addition to Powys for Other Participating Bodies that operate across borders).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1a, 1b, 2a, 2b and 6. A Tenderer which tenders for any of Lots 1a, 1b, 2a or 2b cannot also tender for Lot 6. Full details are provided in the tender documentation.

Lot No: 5

II.2.1) Title

3a West (1,500,000 - 5,000,000 GBP)

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKL14

UKL24


Main site or place of performance:

Carmarthenshire, Ceredigion, Pembrokeshire and Powys

II.2.4) Description of the procurement

Lot 3a West will be for construction activities in relation to but not limited to, schools, housing, leisure, commercial, industrial, public buildings and other related premises within participants’ remits. This lot will be for works valued between 1,500,000 and 5,000,000 GBP in the Western area of the region (i.e. Carmarthenshire, Ceredigion, Pembrokeshire and Powys).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 6

II.2.1) Title

3b East (1,500,000 - 5,000,000)

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKL17

UKL18

UKL24


Main site or place of performance:

Neath Port Talbot and Swansea (and Powys for Other Participating Bodies that operate across borders)

II.2.4) Description of the procurement

Lot 3b East will be for construction activities in relation to but not limited to, schools, housing, leisure, commercial, industrial, public buildings and other related premises within participants’ remits. This lot will be for works valued between 1,500,000 and 5,000,000 GBP in the Eastern area of the region (i.e. Neath Port Talbot and Swansea, in addition to Powys for Other Participating Bodies that operate across borders).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 7

II.2.1) Title

4a West (5,000,000 - 9,000,000 GBP)

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKL14

UKL24


Main site or place of performance:

Carmarthenshire, Ceredigion, Pembrokeshire and Powys

II.2.4) Description of the procurement

Lot 4a West will be for construction activities in relation to but not limited to, schools, housing, leisure, commercial, industrial, public buildings and other related premises within participants’ remits. This lot will be for works valued between 5,000,000 and 9,000,000 GBP in the Western area of the region (i.e. Carmarthenshire, Ceredigion, Pembrokeshire and Powys).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 8

II.2.1) Title

4b East (5,000,000 - 9,000,000 GBP)

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKL17

UKL18

UKL24


Main site or place of performance:

Neath Port Talbot and Swansea (and Powys for Other Participating Bodies that operate across borders)

II.2.4) Description of the procurement

Lot 4b East will be for construction activities in relation to but not limited to, schools, housing, leisure, commercial, industrial, public buildings and other related premises within participants’ remits. This lot will be for works valued between 5,000,000 and 9,000,000 GBP in the Eastern area of the region (i.e. Neath Port Talbot and Swansea, in addition to Powys for Other Participating Bodies that operate across borders).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 9

II.2.1) Title

5 (9,000,000 - 15,000,000 GBP)

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18

UKL24


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire, Powys and Swansea.

II.2.4) Description of the procurement

Lot 5 will be for construction activities in relation to but not limited to, schools, housing, leisure, commercial, industrial, public buildings and other related premises within participants’ remits. This lot will be for works valued between 9,000,000 and 15,000,000 GBP across the whole Framework region.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 10

II.2.1) Title

6 (15,000,000 GBP and above)

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18

UKL24


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire, Powys and Swansea.

II.2.4) Description of the procurement

Lot 6 will be for construction activities in relation to but not limited to, schools, housing, leisure, commercial, industrial, public buildings and other related premises within participants’ remits. This lot will be for works valued at 15,000,000 GBP and above, across the whole Framework region.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1a, 1b, 2a, 2b and 6. A Tenderer which tenders for any of Lots 1a, 1b, 2a or 2b cannot also tender for Lot 6. Full details are provided in the tender documentation.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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: 74

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 025-054235

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 30/09/2019

Local time: 14:00

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

IV.2.7) Conditions for opening of tenders

Date: 30/09/2019

Local time: 15:00

Place:

Carmarthenshire County Council offices, Parc Myrddin, Carmarthen

Information about authorised persons and opening procedure:

Officers of Carmarthenshire County Council

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

It is anticipated that the Prior Information Notice for the next iteration of the Framework, will be published in January 2023.

VI.3) Additional information

OTHER PARTICIPATING BODIES - These organisations have an option to utilise the Framework but have made no commitment to the usage of the Framework during its Term. A list of all Other Participating Bodies is attached to this Contract Notice and is contained within the tender documentation, which can be accessed via the eTenderWales portal.

LOTS - Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1a, 1b, 2a, 2b and 6. A Tenderer which tenders for any of Lots 1a, 1b, 2a or 2b cannot also tender for Lot 6. Full details are provided in the tender documentation.

To ensure the resilience of the Framework throughout the term, the Employer will be operating a reserve list of contractors. Further detail is provided in the Tender Documents.

EU FUNDED PROJECTS - As noted in Section II.2 (Lot Descriptions), some call-off projects through the Term of the Framework may be subject to EU funds.

BUSINESS WALES EVENT - Business Wales will be facilitating a free live tender workshop specifically for those tendering for this Framework, to be held on 31ST JULY 2019. THE VENUE WILL BE THE CROCHAN ROOM, FFWRNES THEATRE, LLANELLI, SA15 3YE. The workshop will provide advice and guidance, further detail is provided in the Tender Documents. Registration is essential in order to reserve your place at the workshop. To register your place, please email: kbaker@carmarthenshire.gov.uk

ETENDERWALES PORTAL - This procurement exercise will be conducted via the eTenderWales portal. To assist you in locating these opportunities on the eTenderWales portal, the project code is: project_41500. This tender is comprised of one main Invitation to Tender (ITT) under this project, itt_73831, in addition to lot-specific ITTs. TO CONSITUTE A VALID TENDER, YOU ARE REQUIRED TO SUBMIT ONE COMPLETED ITT (73831) AND A LOT-SPECIFIC INVITATION TO TENDER (ITT) (CONTAINING A TECHNICAL AND COMMERCIAL ENVELOPE) FOR EACH LOT YOU ARE TENDERING FOR. All tender documents such as the Framework Agreement, Instructions to Tenderers etc. are all contained within itt_73831 and the Lot-specific ITTs. Please also ensure you check the attachments area for any documents/ information which may assist you with your submission or you are required to upload as part of your submission as per information contained within the tender pack. To access the tender documents, please register your company on the eTenderWales portal at: www.etenderwales.bravosolution.co.uk

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=92877.

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:

Tenderers are required to complete the Community Benefit questions within the Technical Envelope of the Lot-specific Invitations to Tender. The Community Benefits Method Statement WILL BE EVALUATED AND SCORED for LOTS 2 - 6 as part of the tender process. For LOTS 1a and 1b, Community Benefits statements will NOT be evaluated at Framework Level. However, the Employer retains the right to include Community Benefit requirements when calling off Lots 1a and 1b, during the Term of the Framework.

(WA Ref:92877)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

UK

Telephone: +44 1267234567

Internet address(es)

URL: www.carmarthenshire.gov.wales

VI.5) Date of dispatch of this notice

10/07/2019

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45000000 Construction work Construction and Real Estate

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea

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:
04 February 2019
Notice type:
01 Prior Information Notice (PIN)
Authority name:
Carmarthenshire County Council
Publication date:
12 July 2019
Deadline date:
30 September 2019 00:00
Notice type:
02 Contract Notice
Authority name:
Carmarthenshire County Council
Publication date:
13 February 2020
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Carmarthenshire County Council
Publication date:
03 April 2023
Notice type:
20 Modification Notice
Authority name:
Carmarthenshire County Council

About the buyer

Main contact:
TSSWWRCF@carmarthenshire.gov.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
pdf123.85 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.