Section one: Contracting authority
one.1) Name and addresses
City & County of Swansea
Civic Centre
Swansea
SA1 3SN
Telephone
+44 1792637242
Country
United Kingdom
NUTS code
UKL18 - Swansea
Internet address(es)
Main address
http://www.swansea.gov.uk/dobusiness
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Framework Agreement for the Execution of General Building Works (Housing) - Lots 1 & 2
Reference number
CCS/22/152
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Swansea Council requires established and competent Contractors to undertake and deliver multi-disciplined planned maintenance works in both void (empty) and occupied properties throughout the City & County of Swansea
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £0.01
two.2) Description
two.2.1) Title
External Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45111230 - Ground-stabilisation work
- 45111240 - Ground-drainage work
- 44114000 - Concrete
- 45262300 - Concrete work
- 45262310 - Reinforced-concrete work
- 45262330 - Concrete repair work
- 45262370 - Concrete-coating work
- 45262350 - Unreinforced-concrete work
- 45233253 - Surface work for footpaths
- 34953000 - Access ramps
- 45341000 - Erection of railings
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
Main site or place of performance
Various Sites in Swansea
two.2.4) Description of the procurement
Lot 1 will require Contractors to undertake Planned Maintenance and Adaptation works relating to external works of domestic dwellings, which is to include elements of the following trade disciplines: Groundworks, Formwork & Concrete Application (concrete ramps/paths) and Galvanised-Steel Hand Railing to various properties within the boundaries of Swansea in accordance with the details set out or referred to in the contract particulars and specification.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
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
Internal Works
Lot No
2
two.2.2) Additional CPV code(s)
- 44230000 - Builders' carpentry
- 45420000 - Joinery and carpentry installation work
- 45422000 - Carpentry installation work
- 45410000 - Plastering work
- 45451000 - Decoration work
- 44112210 - Solid flooring
- 45432114 - Wood flooring work
- 45317000 - Other electrical installation work
- 45311100 - Electrical wiring work
- 45310000 - Electrical installation work
- 45330000 - Plumbing and sanitary works
- 45332200 - Water plumbing work
- 44112500 - Roofing materials
- 44221000 - Windows, doors and related items
- 45421130 - Installation of doors and windows
- 45421132 - Installation of windows
- 45421100 - Installation of doors and windows and related components
- 45262521 - Facing brickwork
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
Main site or place of performance
Various Sites in Swansea
two.2.4) Description of the procurement
Lot 2 will require Contractors to undertake Maintenance works relating to both the internal and external fabric of domestic dwellings, which is to includes elements of the following trade disciplines: Carpentry, Plastering, Decoration, Flooring, Plumbing, Electrical, Roofing, UPVC Windows & Doors (labour only maintenance and replacement), Brickwork and Cleaning to various properties, including communal areas, within the boundaries of Swansea
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
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 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
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-002748
Section five. Award of contract
Lot No
1
Title
External Works
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 May 2023
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
R & M Williams Ltd
Williams House , West Point Ind Est
Cardiff
CF118JQ
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £0.01
Section five. Award of contract
Lot No
2
Title
Internal Works
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 May 2023
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
ASW Property Service Ltd
59 Village Farm Road, Village Farm Industrial Estate, Pyle
Bridgend
CF336BN
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
PROPERTY BUILDING MAINTENANCE (WALES) LTD
PROPERTY BUILDING MAINTENANCE (WALES) LTD, Islawen
BRIDGEND
CF356SP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
R & M Williams Ltd
Williams House , West Point Ind Est
Cardiff
CF118JQ
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ian Williams Limited
Ian Williams Limited, Quarry Road Chipping Sodbury
Bristol
BS376JL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £0.01
Section six. Complementary information
six.3) Additional information
Register your company on the eTenderWales portal (this is only required once):
— Navigate to the portal: http://etenderwales.bravosolution.co.uk
— Click the “Suppliers register here” link.
— Enter your correct business and user details.
— Note the username you chose and click “Save” when complete.
— You will shortly receive an e-mail with your unique password (please keep this secure).
— Agree to the terms and conditions and click “continue”.
2. Express an interest in the project:
— Login to the portal with your username/password.
— Click the “ITTs Open to All Suppliers” link (these are the ITTs open to any registered supplier).
— Click on the relevant ITT to access the content.
— Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
— This will move the ITT into your “My ITTs” page (this is a secure area reserved for your projects only).
— Click on the ITT code. You can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box.
3. Responding to the invitation to tender:
— You can now choose to “Reply” or “Reject” (please give a reason if rejecting).
— You can now use the “Messages” function to communicate with the buyer and seek any clarification.
— Note the deadline for completion, then follow the onscreen instructions to complete the ITT.
— There may be a mixture of online and offline actions for you to perform (there is detailed online help available).
If you require any further assistance use the online help. Alternatively, the BravoSolution helpdesk can be contacted (Monday to Friday, 8:00 to 18:00) on:
— E-mail: help@bravosolution.co.uk
— Phone: +44 8003684850
The Council’s intention is to enter into a Framework Agreement with the following number of providers on each Lot, unless fewer bids are received:
Lot 1 – External Works – a Maximum of 3 contractors will be allocated to Lot 1 in ranked order, with a further 2 contractors allocated to a ranked reserve list.
Lot 2 – Internal Works – a Maximum of 4 contractors will be allocated to Lot 2 in ranked order, with a further 3 contractors allocated to a ranked reserve list.
(WA Ref:132232)
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
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period will extend to 15 calendar days for communication by non-electronic means. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made. Should additional information be required it should be requested of the addressee in section I.1). If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must be brought promptly (generally within 30 days). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Council to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Council to pay a civil financial penalty, and/or order that the duration of the contract be shortened. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Council has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
The City & County of Swansea- Legal, Democratic Services & Business Intelligence
Civic Centre, Oystermouth Road
Swansea
SA1 3SN
Country
United Kingdom