- Scope of the procurement
- Lot 1. Roofing & Associated Works
- Lot 2. External Wall Insulation & Associated Works
- Lot 3. Kitchen & Bathroom Replacements
- Lot 4. External Works
- Lot 5. Whole House Refurbishment & Reactive Repairs
- Lot 6. Scaffolding
- Lot 7. Responsive Foul Water and Surface Water Drainage Repairs
- Lot 8. Pest Control
Section one: Contracting authority
one.1) Name and addresses
Valleys to Coast Housing Limited
Tremains Business Park,, Tremains Road
Bridgend
CF31 1TZ
Procurement@barcudsharedservices.org.uk
Telephone
+44 3001232100
Country
United Kingdom
NUTS code
UKL17 - Bridgend and Neath Port Talbot
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA23627
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
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://etenderwales.bravosolution.co.uk
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
Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
Reference number
CCR00453
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
CCR00453 Major Improvement Works and Responsive Maintenance Support
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
5
Maximum number of lots that may be awarded to one tenderer: 5
two.2) Description
two.2.1) Title
Roofing & Associated Works
Lot No
1
two.2.2) Additional CPV code(s)
- 44112400 - Roof
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance
Bridgend
two.2.4) Description of the procurement
CCR00453 Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.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
Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
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
External Wall Insulation & Associated Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45320000 - Insulation work
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance
Bridgend
two.2.4) Description of the procurement
CCR000453 Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.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
Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
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
Kitchen & Bathroom Replacements
Lot No
3
two.2.2) Additional CPV code(s)
- 39141400 - Fitted kitchens
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance
Bridgend
two.2.4) Description of the procurement
CCR00453 Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.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
Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
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
External Works
Lot No
4
two.2.2) Additional CPV code(s)
- 45342000 - Erection of fencing
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance
Bridgend
two.2.4) Description of the procurement
CCR00453 Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.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
Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
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
Whole House Refurbishment & Reactive Repairs
Lot No
5
two.2.2) Additional CPV code(s)
- 45453100 - Refurbishment work
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance
Bridgend
two.2.4) Description of the procurement
CCR00453 Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.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
Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
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
Scaffolding
Lot No
6
two.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance
Bridgend
two.2.4) Description of the procurement
CCR00453 Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.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
Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
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
Responsive Foul Water and Surface Water Drainage Repairs
Lot No
7
two.2.2) Additional CPV code(s)
- 44163112 - Drainage system
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance
Bridgend
two.2.4) Description of the procurement
CCR00453 Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.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
Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
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
Pest Control
Lot No
8
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance
Bridgend
two.2.4) Description of the procurement
CCR00453 Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.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
Delivery and Provision of Major Improvement Works and Responsive Maintenance Support
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
Due to the budget have to be spent by end of March 2024. Timescales to complete work are now urgent.
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
23 June 2023
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 June 2023
Local time
1:00pm
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=131787
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:
V2C has identified specific Community Benefit commitments required from the Tendering organisation successful in this procurement process and considers these to be proportionate and relevant to the subject matter of the contract, these are
A mandatory cash donation by the Service Provider to V2Cs Community Grants Scheme of no less than 1.0 percent of the contract value per annum to be issued throughout the duration of the contract period.
The Targeted Training and Recruitment of 1 FTE per 1000000 or equivalent appropriate to the contract scope, duration and nature
(WA Ref:131787)
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