Tender

SUPPLY AND DELIVERY OF HOUSING TECHNICAL, HOUSING REPAIR OPERATIONS LOT 1 GENERAL BUILDING ONLY

  • Caerphilly County Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-008661

Procurement identifier (OCID): ocds-h6vhtk-0449e6

Published 18 March 2024, 1:48pm



The closing date and time has been changed to:

2 May 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

Email

morrirl@caerphilly.gov.uk

Telephone

+44 1443863161

Fax

+44 1443863167

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

http://caerphilly.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login

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

https://supplierlive.proactisp2p.com/Account/Login

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SUPPLY AND DELIVERY OF HOUSING TECHNICAL, HOUSING REPAIR OPERATIONS LOT 1 GENERAL BUILDING ONLY

Reference number

CCBC/PS2543/23/RM

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

The Council has an in-house workforce of around 200 multi-skilled trade operatives. Their responsibility is to undertake both response work and planned repair and improvement work. The workforce is divided into two work streams: The Housing Repair Operations (“HRO”) who undertake all reactive and planned response repair work, and the Planned Asset Management Strategy (PAMS) who undertake capital improvement works as part of Planned Asset Management Strategy. The Council is inviting suitable contractors to bid for Lot 1 General Building.

Lot 1 General Building once awarded will be added to a pre existing framework for Housing Repair Operations reference CCBC/PS2400/23/RM.

The Council wishes to appoint experienced contractors to provide labour and materials under Lot 1 General Building. The appointed contractors will be used to support the Council’s own in-house HRO workforce in providing a reactive and planned response maintenance service for Council owned domestic properties during periods of peak demand, and the PAMS workforce who undertake capital improvement works as part of PAMS. The PAMS sequence of external works will be on a community basis for each of the Council's three housing areas (Lower Rhymney Valley, Upper Rhymney Valley and Eastern Valley).

two.1.5) Estimated total value

Value excluding VAT: £17,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations
  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311200 - Electrical fitting work

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys

two.2.4) Description of the procurement

General Building work as Detailed in the Specification and schedule of rates in the tender pack on the Proactis Portal e tendering system.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Cost / Weighting: 70

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

Start date

3 June 2024

End date

31 December 2026

This contract is subject to renewal

Yes

Description of renewals

12 Month extension of contract is available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the Invitation to Tender document included in the tender pack on the Proactis Portal e tendering system.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the Invitation to tender document on the Proactis Portal e tendering system


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 20

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Originally published as:

Date

18 April 2024

Local time

12:00pm

Changed to:

Date

2 May 2024

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

18 April 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

PLEASE NOTE REGISTERING AN INTEREST IN THE SELL2WALES NOTICE IS NOT

REGISTERING AN INTEREST IN THIS TENDER. THE SPD QUESTIONNAIRE MAYBE SUBMITTED VIA SELL2WALES HOWEVER 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.

A supplier guide is available via the portal detailing how to use the Proactis Plaza system.

If you require assistance please contact the team on 01443 863234

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:

Social Value included in the Invitation to Tender Document

(WA Ref:139974)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom