Tender

Provision of M&E Installation Works Framework

  • ateb Housing Group Ltd

F02: Contract notice

Notice identifier: 2023/S 000-016517

Procurement identifier (OCID): ocds-h6vhtk-03d551

Published 12 June 2023, 9:55am



Section one: Contracting authority

one.1) Name and addresses

ateb Housing Group Ltd

Meyler House, St. Thomas' Green

Haverfordwest

SA61 1QP

Email

procurement@atebgroup.co.uk

Telephone

+44 1437763688

Country

United Kingdom

NUTS code

UKL1 - West Wales and the Valleys

Internet address(es)

Main address

http://www.atebgroup.co.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA20225

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/

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

Provision of M&E Installation Works Framework

Reference number

ATEB/22/036

two.1.2) Main CPV code

  • 45311000 - Electrical wiring and fitting work

two.1.3) Type of contract

Works

two.1.4) Short description

This brief sets out all work streams areas and schedule of rates that will be used under this contract. All works will cover ateb housing stock within West Wales. Within the contract there is no defined amount of work, and any suggested amounts are indicative and not guaranteed.

Ateb’s intention is to set up a framework of two contractors per lot, all contractors will be allocated works in batches based on postcodes and will be allocated works on a rotation basis.

two.1.5) Estimated total value

Value excluding VAT: £4,425,840

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Mechanical Installation

Lot No

1

two.2.2) Additional CPV code(s)

  • 42160000 - Boiler installations
  • 45331110 - Boiler installation work

two.2.3) Place of performance

NUTS codes
  • UKL14 - South West Wales
Main site or place of performance

Pembrokeshire

two.2.4) Description of the procurement

This brief sets out all work streams areas and schedule of rates that will be used under this contract. All works will cover ateb housing stock within West Wales. Within the contract there is no defined amount of work, and any suggested amounts are indicative and not guaranteed.

Ateb’s intention is to set up a framework of two contractors per lot, all contractors will be allocated works in batches based on postcodes and will be allocated works on a rotation basis.

This Lot will cover the below

- Mechanical – Lot 1 (2 x Contractors)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

24 months, likely to be 12 months + 12 months

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

Lot 2 - Electrical Installation

Lot No

2

two.2.2) Additional CPV code(s)

  • 45311000 - Electrical wiring and fitting work
  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKL14 - South West Wales
Main site or place of performance

Pembrokeshire

two.2.4) Description of the procurement

This brief sets out all work streams areas and schedule of rates that will be used under this contract. All works will cover ateb housing stock within West Wales. Within the contract there is no defined amount of work, and any suggested amounts are indicative and not guaranteed.

Ateb’s intention is to set up a framework of two contractors per lot, all contractors will be allocated works in batches based on postcodes and will be allocated works on a rotation basis.

This Lot will cover the below

- Electrical – Lot 2 (2 x Contractors)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

24 months, likely to be 12 + 12 months

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

List and brief description of conditions:

Contractors must hold the relevant accreditation as shown in the scope of works for each Lot

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

Minimum level(s) of standards possibly required

Minimum standards and qualification required

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance conditions as stated in the procurement documents

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

Date

12 July 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

12 July 2023

Local time

12:00pm

Place

online via e tender


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

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=131519

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:

Targeted recruitment and training

(WA Ref:131519)

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