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.

UK4

External Refurbishment with Groundworks and Associated Works – 1 to 10 Manor Court, TY Sign, Risca

  • First published: 24 June 2025
  • Last modified: 24 June 2025
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0552ad
Published by:
Caerphilly County Borough Council
Authority ID:
AA0272
Publication date:
24 June 2025
Deadline date:
18 July 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Bidders are invited to submit a tender for the External Refurbishment with Groundworks and Associated Works – 1 to 10 Manor Court, TY Sign, Risca.Caerphilly County Borough Council (the “Authority” and or the “Employer”) is seeking to procure a contract for the installation of the following:• Two communal stairways to 1st floor flats• Drying areas to the rear of the property• Perimeter fencing• Bin storage to front of dwellings• Doors• Pathways throughout• Soakaways drain to Front elevation.• External insulated render system and sections of structural repair work to external brickwork of building• RoofingAll information relating to the Contract can be found within the Tender Documents.

Full notice text

Scope

Procurement reference

CCBC/PS2785/25/CT

Procurement description

Bidders are invited to submit a tender for the External Refurbishment with Groundworks and Associated Works – 1 to 10 Manor Court, TY Sign, Risca.

Caerphilly County Borough Council (the “Authority” and or the “Employer”) is seeking to procure a contract for the installation of the following:

• Two communal stairways to 1st floor flats

• Drying areas to the rear of the property

• Perimeter fencing

• Bin storage to front of dwellings

• Doors

• Pathways throughout

• Soakaways drain to Front elevation.

• External insulated render system and sections of structural repair work to external brickwork of building

• Roofing

All information relating to the Contract can be found within the Tender Documents.

Main category

Works

Delivery regions

  • UK - United Kingdom

Total value (estimated, excluding VAT)

241200 GBP to 241200GBP

Contract dates (estimated)

14 November 2025, 00:00AM to 06 April 2026, 23:59PM

Contracting authority

Caerphilly County Borough Council

Identification register:

  • GB-PPON

Address 1: Penallta House, Tredomen Park

Town/City: Hengoed

Postcode: CF82 7PG

Country: United Kingdom

Website: www.caerphilly.gov.uk

Public Procurement Organisation Number: PWHP-2369-JPYL

Contact name: Connor Thomas

Email: Thomac21@caerphilly.gov.uk

Telephone: +441443864702

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales

Procedure

Procedure type

Below threshold - open competition

Is the total value above threshold?

Below threshold

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 45223000 - Structures construction work
  • 45260000 - Roof works and other special trade construction works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421111 - Installation of door frames
  • 45421130 - Installation of doors and windows
  • 45421131 - Installation of doors
  • 45233160 - Paths and other metalled surfaces
  • 45233161 - Footpath construction work
  • 45111240 - Ground-drainage work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45232453 - Drains construction work
  • 45321000 - Thermal insulation work

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

241200 GBP Excluding VAT

289440 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

14 November 2025, 00:00AM

Contract end date (estimated)

06 April 2026, 23:59PM

Participation

Conditions of participation

The Project Team will undertake the first stage of the evaluation process by assessing the Bidders' responses to the Conditions of Participation, as set out below.

This stage consists of Pass/Fail questions that must be responded to in full. Failure to submit a fully completed Conditions of Participation response will result in the bid being rejected.

Responses to the Conditions of Participation will be evaluated in accordance with the scoring methodology outlined in Table 1 of the Tender Document using Pass/Fail criteria. Any response that does not pass this stage will not be evaluated further, and the bid will be rejected on such grounds alone.

Technical Ability

Provide summary detail of up to 3 contracts which the Bidder has delivered in any combination from the public or private sector; or VCSE (including grant funded work) which demonstrate your organisation has the technical ability to deliver this contract.

The details provided for each contract must, at a minimum, include:

• Name of customer organisation who signed the contract.

• Name of supply organisation who signed the contract.

• The name, position and email address of the point of contact in the customer’s organisation.

• Estimated contract value.

• A description of the works delivered.

• Initial accepted tender submission value and audited final account value.

• Where applicable the reason why the contract went over budget and or extended over the planned completion date.

• Confirm if the proposed key personnel for this contract were involved with the three contracts above.

The named customer contact should be able to offer confirmation of the information provided.

Consortia bids should provide examples of where the consortium has delivered similar requirements.

If not possible (e.g. the consortium is newly formed or a Special Purpose Vehicle (“SPV”) is being created), 3 separate examples should be provided between the principal member(s) of the consortium/SPV.

Where the Supplier is a SPV, or a managing agent not intending to be the main provider, the information requested should be provided for the main intended provider(s) or Sub-Contractor(s) who will deliver the contract.

Contracts should have been performed during the past 3 years for services, or 5 years for works.

Award criteria

Type: quality

Name

Quality

Description

5.6.3 For each of the Quality questions, Bidders are required to upload their response within the Quality section of Proactis.

5.6.4 Appendices will not be considered unless requested as part of the question.

5.6.5 Failure to submit a fully completed Quality criteria response will result in the bid being rejected.

5.6.6 Bidders are reminded that their responses should relate specifically to the Authority’s requirements. Generic responses which do not take into account the Authority’s requirements and circumstances are unlikely to achieve high marks.

5.6.7 The below questions are scored as part of this Stage:

5.6.8 Case Studies

Provide case studies for a minimum of 2No. similar schemes undertaken by your organisation within the past 3 years which demonstrate that your company has the technical ability required to deliver this contract.

Your response to this question should include the following information for the schemes as a minimum:

• Client organisation and the name and contact details of the point of contact.

• Where applicable, the reasons why the contract went over budget and or extended beyond the contracted practical completion date.

• A description of the works delivered.

• Confirm if the proposed key personnel for this scheme were involved with the case study schemes.

You should use no more than 1,600 words for your response.

5.6.9 Contract Management and Communication

How will the contract be managed to ensure that project timescales are met, and quality and safety are maintained through the course of the contract?

Your response must include:

• The management structure for the contract including site management staff.

• How the works will be monitored to ensure that progress is maintained, and risks are managed.

• Explanation of how communications between Contractor, Employer and the residents of Manor Court and the general public will be undertaken to ensure the works are completed on time, to price and with minimum disruption. You are to include the critical correspondence with the residents relating to works concerning the communal stairways and temporary access works.

You should use no more than 1600 words for your response.

5.6.10 Method Statement

Provide a detailed method statement setting out your approach to the delivery of the contract (excluding the temporary works element addressed in the question below). This should take into account the constraints listed in the contract documents and include, but not be limited to the following elements:

• How you will ensure safe delivery of materials to the site, including all specialist materials. The response should give due consideration to the location of the proposed site compound and restricted width to Manor Court car park area.

• Please provide any details of proposed innovative ideas to reduce the overall programme.

• Prevention of unauthorised access entering the contained construction site

• How you will undertake the setup of the site compound including welfare and provide for adequate safe material storage on site.

• How you will resolve urgent reported defects and security issues relating to the general site and compound after normal working hours or on bank holidays for this project, including an example of previous evidence of reactive timescales to resolve?

You should use no more than 2,000 words for your response.

5.6.11 Temporary Works

Part of the external works to the dwellings includes the complete removal of two sets of communal stairways to the 1st floor flats (Property nos. 6 – 10).

To allow Residents full access and egress to and from the dwellings, a section of metal safety railings and section of wall to the front elevation car park boundary will need to be removed to allow the Contractor to install a central temporary walkway to the car park area.

Please detail your proposal for the design, installation and removal of the temporary walkway. Your response must include:

• The responsible individuals or sub-contractors responsible for the design and undertaking of the works

• A method statement setting out the construction phase of the temporary walkway, including but not limited to its design, installation, removal and the reinstatement of the metal safety railing and section of front boundary wall.

• Evidence of completion of similar temporary access works.

You should use no more than 2,000 words for your response.

Weighting: 30.00

Weighting type: percentageExact

Type: cost

Name

Price

Description

The evaluation of Price criteria for this tender process will be based on the sum of costs provided within the Appendix 13 - Schedule of works and Appendix 1 - Prelims documents which will produce the Total Tender Cost (Ex VAT).

Costs submitted within the Appendix 13 - Schedule of works and Appendix 1 - Prelims documents must include the cost of all expenses associated with delivering the contract described within the tender documents, including but not limited to travel, materials, labour, profit, subsistence, administration and management, transportation, equipment and other fees as may be required.

The Supplier will not be able to submit claims for any additional expenses outside of those already included within their tendered prices, other than that agreed in writing by the Employer.

Weighting: 70.00

Weighting type: percentageExact

Submission

Tender submission deadline

18 July 2025, 00:00AM

Enquiry deadline

11 July 2025, 00:00AM

Submission address and any special instructions

https://supplierlive.proactisp2p.com/Account/LoginREGISTERING AN INTEREST IN THE SELL2WALES NOTICE IS NOTREGISTERING AN INTEREST IN THIS TENDER YOU MUST FOLLOW THE INSTRUCTIONS BELOW IN ORDER TO SUBMIT A TENDER:1. Log in to the Proactis Supplier Portal at: https://supplierlive.proactisp2p.com/Account/Login ;2. Click the Sign Up option on the Portal homepage (If already registered go to point 11);3. Enter your correct Organisation Name, Details and Primary Contact Details;4. Make a note of the Organisation ID and User Name, then click Register;5. You will then receive an email from the system asking you follow a link to activate your account;6. Enter the information requested, clicking on the blue arrow to move on to the next stage and follow the instructions ensuring that you enter all applicable details;7. In the Classification section ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice, it is essential that only CPV Codes specific to your organisation are added to your profile;8. Buyer Selection - At this stage you are required to indicate which Buyer Organisations you would like to register with. Remember to register with Caerphilly this ensures that you will be alerted to all relevant opportunities;9.Terms and Conditions - Read the terms and conditions of the use of this Supplier Portal and tick the box to denote you have read and understood the terms and that you agree to abide by them. If you do not agree you cannot complete the registration process. Once you have agreed click on the blue arrow to move on to the next stage;10. Insert a password for the admin user and repeat it. The password Must be between 6 and 50 characters in length. It must contain at least 2 number(s). Once completed select Complete Registration and you will enter the Supplier Home page;11. From the Home Page, go to the Opportunities icon, all current opportunities will be listed. Click on the blue arrow under the field Show Me of the relevant opportunity then click to register your interest on the applicable button;12. Refresh your screen by clicking on the opportunities icon located on the left hand side, to view the opportunity click the blue arrow;13. Note the closing date for completion of the relevant project. To find all available documentation drop-down the Request Documents option and click to download all documents;14. You can now either complete your response or Decline this opportunity. All queries are to be made via the messaging system on the Proactis portal. We will not accept any questions/queries via telephone/email.

May tenders be submitted electronically?

Yes

Coding

Commodity categories

ID Title Parent category
45232451 Drainage and surface works Ancillary works for pipelines and cables
45232450 Drainage construction works Ancillary works for pipelines and cables
45232452 Drainage works Ancillary works for pipelines and cables
45232453 Drains construction work Ancillary works for pipelines and cables
45340000 Fencing, railing and safety equipment installation work Building installation work
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
45111240 Ground-drainage work Demolition, site preparation and clearance work
45421110 Installation of door and window frames Joinery work
45421111 Installation of door frames Joinery work
45421131 Installation of doors Joinery work
45421130 Installation of doors and windows Joinery work
45421100 Installation of doors and windows and related components Joinery work
45233160 Paths and other metalled surfaces Construction, foundation and surface works for highways, roads
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45223000 Structures construction work Engineering works and construction works
45321000 Thermal insulation work Insulation work

Delivery locations

ID Description
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)

About the buyer

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

Further information

Date Details

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.