Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The City of Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 2920873701
E-mail: corporate.procurement@cardiff.gov.uk
NUTS: UKL22
Internet address(es)
Main address: www.cardiff.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
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://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
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 East & Mid Wales Highways & Civil Engineering Framework
Reference number: ERFX1003981
II.1.2) Main CPV code
45230000
II.1.3) Type of contract
Works
II.1.4) Short description
This opportunity is to create the 3rd iteration of the South East Wales Framework of pre-qualified and suitably experienced Contractors with expertise in Civil Engineering and Highways Construction. The Framework Contractors and Participating Employers will look to develop good working practices with Stakeholders across South East Wales region to promote good practice, improve sustainability and added value through community benefits. The previous Framework was hosted by Rhondda Cynon Taf Council and has now been transferred to the County Council of the City of and County of Cardiff. The Framework agreement will be divided into eleven (11) lots. Lots 1-6 are based on geographical boundaries with lots 7-11 covering the boundaries of all of the Participating Employers. Further information in respect of the lots can be found in the suite of Pre Qualification Documents which can be accessed through Proactis (https://supplierlive.proactisp2p.com/Account/Login)
II.1.5) Estimated total value
Value excluding VAT:
124 100 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Minor Works (Renewals) up to 150k GBP - Torfaen, Blaenau Gwent, Monmouthshire and Caerphilly
II.2.2) Additional CPV code(s)
45230000
45233000
45233130
45233100
45233131
45233210
45233300
45233310
71311220
71311210
II.2.3) Place of performance
NUTS code:
UKL2
II.2.4) Description of the procurement
Lot 1 - Will cover minor works (renewals) up to the value of 150,000 GBP per Contract within the areas of Torfaen, Blaenau Gwent, Monmouthshire and Caerphilly
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: Yes
Description of renewals:
Potential to be re-tendered at the end of the Framework
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.
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:
No
Lot No: 2
II.2.1) Title
Minor Works (Renewals) up to 150k GBP - Rhondda Cynon Taf & Merthyr
II.2.2) Additional CPV code(s)
45230000
45233000
45233130
45233100
45233131
45233210
45233300
45233310
71311220
71311210
II.2.3) Place of performance
NUTS code:
UKL2
II.2.4) Description of the procurement
Lot 2 will cover minor works (renewals) up to the value of 150,000 GBP per Contract within the areas of Rhondda Cynon Taf and Merthyr Tydfil
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: Yes
Description of renewals:
Potential to be re-tendered at the end of the Framework
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.
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:
No
Lot No: 3
II.2.1) Title
Minor Works (Renewals) up to 150k GBP - Bridgend, Vale of Glamorgan Cardiff and Newport
II.2.2) Additional CPV code(s)
45230000
45233000
45233130
45233100
45233131
45233210
45233300
45233310
71311220
II.2.3) Place of performance
NUTS code:
UKL
UKL17
UKL21
II.2.4) Description of the procurement
Lot 3 - Minor Works Renewals up to the value of 150,000 GBP per Contract within the areas of Bridgend, Vale of Glamorgan, Cardiff and Newport.
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: Yes
Description of renewals:
Potential to be re-tendered at the end of the Framework
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.
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:
No
Lot No: 4
II.2.1) Title
Projects (Improvements) 150k GBP - 500k GBP - Torfaen, Blaenau Gwent, Monmouthshire and Caerphilly
II.2.2) Additional CPV code(s)
45230000
45233000
45233130
45233100
45233131
45233210
45233300
45233310
71311220
71311210
II.2.3) Place of performance
NUTS code:
UKL2
II.2.4) Description of the procurement
Lot 4 - Project improvements for civil engineering and highways schemes between the value of 150k GBP and 500k GBP per Contract within the areas of Torfaen, Blaenau Gwent, Monmouthshire and Caerphilly areas.
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: Yes
Description of renewals:
Possibility to be re-tendered at the end of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.
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:
No
Lot No: 5
II.2.1) Title
Projects (Improvements) 150k GBP - 500k GBP - Rhondda Cynon Taf and Merthyr
II.2.2) Additional CPV code(s)
45230000
45233000
45233130
45233100
45233131
45233210
45233300
45233310
71311220
71311210
II.2.3) Place of performance
NUTS code:
UKL2
II.2.4) Description of the procurement
Lot 5 - Project Improvements for civil engineering and highways schemes between the value of 150k GBP - 500k GBP per Contract within the areas of Rhondda Cynon Taf and Merthyr Tydfil.
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: Yes
Description of renewals:
Possibility to be re-tendered at the end of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.
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:
No
Lot No: 6
II.2.1) Title
Projects (Improvements) 150k GBP - 500k GBP - Bridgend, Vale of Glamorgan, Cardiff and Newport
II.2.2) Additional CPV code(s)
45230000
45233000
45233130
45233100
45233131
45233210
45233300
45233310
71311220
71311210
II.2.3) Place of performance
NUTS code:
UKL2
II.2.4) Description of the procurement
Lot 6 - Project Improvements for civil engineering and highways schemes between the value of 150k GBP - 500k GBP per Contract within the areas of Bridgend, Vale of Glamorgan, Cardiff and Newport.
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: Yes
Description of renewals:
Possibility to be re-tendered at the end of the Framework
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
A maximum number of 10 candidates will be invited to ITT stage, only 7 will be successful to Contract on this lot.
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:
No
Lot No: 7
II.2.1) Title
Projects (Improvements) 500k GBP - 2m GBP - All Locations
II.2.2) Additional CPV code(s)
45233000
45230000
45233130
45233100
45233131
45233210
45233300
45233310
71311220
71311210
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 7 - Projects improvements for civil engineering and highways schemes between the value of 500k GBP - 2m GBP per Contract for all Participating Employers on the Framework.
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: Yes
Description of renewals:
Possibility to be re-tendered at the end of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.
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:
No
Lot No: 8
II.2.1) Title
Projects (Improvements) 2m GBP - 5m GBP - All Locations
II.2.2) Additional CPV code(s)
45230000
45233000
45233130
45233100
45233131
45233210
45233300
45233310
71311220
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 8 - Project Improvements for civil engineering and highways scheme between the value of 5m GBP - 10m GBP per Contract for all Participating Employers on the Framework.
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: Yes
Description of renewals:
Possibility to be re-tendered at the end of the Framework
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.
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:
No
Lot No: 9
II.2.1) Title
Projects (Improvements) 5m GBP - 10m GBP - All Locations
II.2.2) Additional CPV code(s)
45230000
45233000
45233130
45233131
45233210
45233300
45233310
71311220
71311210
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 9 - Project improvements for civil engineering and highways schemes between the value of 5m GBP - 10m GBP per Contract for all Participating Employers on the Framework.
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: Yes
Description of renewals:
Possibility to be re-tendered at the end of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.
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:
No
Lot No: 10
II.2.1) Title
Surfacing up to 10m GBP
II.2.2) Additional CPV code(s)
45230000
45233000
45233130
45233100
45233131
45233210
45233300
45233310
71311220
71311210
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 10 - Surfacing projects to highways for up to the value of 10m GBP per Contract for all Participating Employers on the Framework.
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: Yes
Description of renewals:
Possibility to be re-tendered at the end of the Framework
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates is 7. Only 5 will be successfully awarded to be on the framework.
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:
No
Lot No: 11
II.2.1) Title
Surfacing Preservation up to 10m GBP
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 11 - surfacing preservation to highways for up to the value of 10m GBP for all Participating Employers on the Framework.
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: Yes
Description of renewals:
Possibility to be re-tendered at the end of the Framework
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates is 7. Only 5 will be successfully awarded to be on the framework.
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:
No
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
Restricted 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: 73
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:
2017/S 155-321220
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/04/2018
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
21/05/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Potential to be re-tendered at the end of the Framework
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
If you have any questions please contact Penny Haywood through the dialogue section of the Proactis portal:
https://supplierlive.proactisp2p.com/account/login
PQQ submissions are to be via the Proactis Portal no later than 12:00:00 (noon) on Friday 20th April 2018. PQQs received after that deadline will not be accepted. Bidders should allow sufficient time to submit their PQQs.
The Authority reserves the right to award all, part or none of the business and to abandon this procurement at any time and will not be liable for any costs incurred.
The Authority does not bind itself to accept the lowest or any tender.
Further information regarding the way orders will be placed under the framework agreement.
The Potential Employees are as follows:
- Blaenau Gwent County Borough Council;
- Bridgend County Borough Council;
- The County Council of the City of Cardiff Council;
- Caerphilly County Borough Council;
- Monmouthshire County Council;
- Merthyr Tydfil County Borough Council;
- Newport City Council;
- Rhondda Cynon Taf County Borough Council;
- Torfaen County Borough Council;
- Vale of Glamorgan Council; and
- Welsh Government and associated trading bodies such as Transport for Wales
- Welsh Higher Education bodies as described at http://www.wales.com/study/universities-wales
- Welsh Further Education Colleges as described at http://www.collegeswales.ac.uk/Find-a-College
- NHS Local Health Boards and NHS Trusts in Wales
- Welsh Housing Associations/registered social landlords as described at http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
- Welsh Local Authorities as described at: http://gov.wales/topics/localgovernment/unitary-authorities/?lang=en
- Joint Ventures or collaborations between Welsh Local Authorities or any combination of the bodies listed above; and
- Any successors to any of the above bodies in the exercise of their statutory or public functions, including (without limitation), by reason of abolition, merger, boundary change, replacement or otherwise.
Those Contractors who are short-listed for a particular lot (subject to the specified maximum per lot) will be eligible to proceed to the second stage of the procurement process: the Invitation to Tender (“ITT Stage”). The ITT Stage will be evaluated on the basis of financials and quality. At the end of the ITT Stage of the process the Authority intends to appoint seven (7) Contractors per Lot for Lots 1-9 and up to five (5) Contractors for Lots 10-11.
Continuous improvement:
Bidders should note that the successful Contractors will have an ongoing obligation throughout the term of the agreement to identify new or potential improvements to the services. Examples of the type of improvements the Authority will wish to explore during the term of the framework are included within the Framework Agreement.
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
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:
Included within the Framework Agreement Schedule 14 - Social Value with the inclusion of Community Benefits.
(WA Ref:72211)
The buyer considers that this contract is suitable for consortia bidding.
VI.4) Procedures for review
VI.4.1) Review body
The City of Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 2920873701
Internet address(es)
URL: www.cardiff.gov.uk
VI.5) Date of dispatch of this notice
23/03/2018