Section one: Contracting authority
one.1) Name and addresses
Cardiff Community Housing Association (CCHA)
Tolven Court, Dowlais Road
Cardiff
CF24 5LQ
Contact
Procurement
Telephone
+44 2920468474
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA21107
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Planned Works
two.1.2) Main CPV code
- 45453100 - Refurbishment work
two.1.3) Type of contract
Works
two.1.4) Short description
This procurement is segregated into two lots:
Lot 1: Kitchen and Bathroom Replacement Contract
Lot 2: Roofing Replacement Contract
It is intended that two contractors will be appointed for each lot, with a total of four contractors for the procurement.
two.1.5) Estimated total value
Value excluding VAT: £5,064,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Kitchen and Bathroom Replacements
Lot No
1
two.2.2) Additional CPV code(s)
- 45453000 - Overhaul and refurbishment work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Area of Cardiff
two.2.4) Description of the procurement
This contract is for the provision of kitchen and bathroom replacement works. The estimated annual value is 1,168,000.00 GBP. It is intended that two contractors will be appointed.
two.2.5) Award criteria
Quality criterion - Name: Technical submission / Weighting: 60
Cost criterion - Name: Price submisssion / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £3,504,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
It is intended that the contract will commence in August, 2022, and subject to annual reviews, run for a period of two years with the option for renewal, as decided by CCHA, for an extension of up to a further one year. The maximum duration of the contract is therefore three years. The total contract value included in this notice reflects the maximum term and is therefore not guaranteed.
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
two.2) Description
two.2.1) Title
Roofing Replacements
Lot No
2
two.2.2) Additional CPV code(s)
- 45453000 - Overhaul and refurbishment work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Area of Cardiff
two.2.4) Description of the procurement
This contract is for the provision of roofing replacement works. The estimated annual value is 520,000.00 GBP, which will be segregated into 400,000.00 GBP for roofing replacements and 120,000.00 GBP for larger roofing repairs. It is intended that two contractors will be appointed.
two.2.5) Award criteria
Quality criterion - Name: Technical submission / Weighting: 60
Cost criterion - Name: Price submission / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,560,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
It is intended that the contract will commence in August, 2022, and subject to annual reviews, run for a period of two years with the option for renewal, as decided by CCHA, for an extension of up to a further one year. The maximum duration of the contract is therefore three years. The total contract value included in this notice reflects the maximum term and is therefore not guaranteed.
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
Please refer to the tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers.
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
Please refer to the tender documentation for all relevant information
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 May 2022
Local time
12:00pm
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
26 May 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately two years after publication of this notice
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
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=120696.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
stated within the tender documentation.
(WA Ref:120696)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise
ORPINGTON
BR6 0JA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
The Strand
LONDON
W22LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying Economic Operators of the outcome of this procurement.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
LONDON
SW1A2AS
Country
United Kingdom