Opportunity

Delivery and Provision of Major Improvement Works and Responsive Maintenance Support

  • Valleys to Coast Housing Limited

F02: Contract notice

Notice reference: 2023/S 000-014530

Published 22 May 2023, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

Valleys to Coast Housing Limited

Tremains Business Park,, Tremains Road

Bridgend

CF31 1TZ

Email

Procurement@barcudsharedservices.org.uk

Telephone

+44 3001232100

Country

United Kingdom

NUTS code

UKL17 - Bridgend and Neath Port Talbot

Internet address(es)

Main address

http://www.v2c.org.uk

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