Tender

Measured Term Contract for Reactive Maintenance

  • Rhondda Cynon Taf CBC
  • Merthyr Tydfil County Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-019271

Procurement identifier (OCID): ocds-h6vhtk-02d2b6

Published 10 August 2021, 8:55am



Section one: Contracting authority

one.1) Name and addresses

Rhondda Cynon Taf CBC

The Pavilions, Clydach Vale

Tonypandy

CF40 2XX

Email

Procurement@rctcbc.gov.uk

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

http://www.rctcbc.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276

one.1) Name and addresses

Merthyr Tydfil County Borough Council

Unit 5,, Triangle Business Park, Pentrebach

Merthyr Tydfil

CF48 4TQ

Email

procurement@merthyr.gov.uk

Telephone

+44 1685725000

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

http://www.merthyr.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0347

one.2) Information about joint procurement

The contract involves joint procurement

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Measured Term Contract for Reactive Maintenance

Reference number

RCT/R409/21

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of the procurement is to award a Framework of Contractors to provide Multi- Services Reactive Responsive Maintenance (non-housing), to Rhondda Cynon Taff CBC and Merthyr Tydfil CBC buildings.

The scope for the provision of multi services reactive maintenance is anticipated to include:

Emergency demolition; roof repairs; carpentry repairs, including door & window replacement; Glazing work; plumbing work (e.g. repairs to leaking Hot & Cold Water service pipework); electrical work (e.g. repairs to exposed/cracked sockets & light fittings); drainage work (e.g blockages); brickwork, e.g. re-pointing; internal/external decorations; associated specialisms, e.g. such as mechanical & electrical engineering type works.

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: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Contractors are not permitted to hold a place on both Lots 1 and Lot 2. However, contractors are permitted to hold a place on either Lot 1 and Lot 3 OR Lot 2 and Lot 3

two.2) Description

two.2.1) Title

Rhondda Cynon Taff - EAST

Lot No

1

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45450000 - Other building completion work
  • 71315000 - Building services
  • 79993000 - Building and facilities management services
  • 79931000 - Interior decorating services
  • 45332200 - Water plumbing work
  • 45262500 - Masonry and bricklaying work
  • 44230000 - Builders' carpentry
  • 44112400 - Roof

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.2.4) Description of the procurement

Geographically lotted. Multi service Responsive / reactive maintenance including but not limited to:

Emergency demolition; roof repairs; carpentry repairs, including door & window replacement; Glazing work; plumbing work (e.g. repairs to leaking Hot & Cold Water service pipework); electrical work (e.g. repairs to exposed/cracked sockets & light fittings); drainage work (e.g blockages); brickwork, e.g. re-pointing; internal/external decorations; associated specialisms, e.g. such as mechanical & electrical engineering type works.

Please see procurement documents for full details.

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

36

This contract is subject to renewal

Yes

Description of renewals

up to 12 months

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Criteria as stated in the procurement documents.

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

Rhondda Cynon Taff - West

Lot No

2

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45450000 - Other building completion work
  • 71315000 - Building services
  • 79993000 - Building and facilities management services
  • 79931000 - Interior decorating services
  • 45332200 - Water plumbing work
  • 45262500 - Masonry and bricklaying work
  • 44230000 - Builders' carpentry
  • 44112400 - Roof

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.2.4) Description of the procurement

Geographically lotted. Multi service Responsive / reactive maintenance including but not limited to:

Emergency demolition; roof repairs; carpentry repairs, including door & window replacement; Glazing work; plumbing work (e.g. repairs to leaking Hot & Cold Water service pipework); electrical work (e.g. repairs to exposed/cracked sockets & light fittings); drainage work (e.g blockages); brickwork, e.g. re-pointing; internal/external decorations; associated specialisms, e.g. such as mechanical & electrical engineering type works.

Please see procurement documents for full details.

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

36

This contract is subject to renewal

Yes

Description of renewals

up to 12 months

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Criteria as stated in the procurement documents.

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

Merthyr Tydfil

Lot No

3

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45450000 - Other building completion work
  • 71315000 - Building services
  • 79993000 - Building and facilities management services
  • 79931000 - Interior decorating services
  • 45332200 - Water plumbing work
  • 45262500 - Masonry and bricklaying work
  • 44230000 - Builders' carpentry
  • 44112400 - Roof

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.2.4) Description of the procurement

Geographically lotted. Multi service Responsive / reactive maintenance including but not limited to:

Emergency demolition; roof repairs; carpentry repairs, including door & window replacement; Glazing work; plumbing work (e.g. repairs to leaking Hot & Cold Water service pipework); electrical work (e.g. repairs to exposed/cracked sockets & light fittings); drainage work (e.g blockages); brickwork, e.g. re-pointing; internal/external decorations; associated specialisms, e.g. such as mechanical & electrical engineering type works.

Please see procurement documents for full details.

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

36

This contract is subject to renewal

Yes

Description of renewals

up to 12 months

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Criteria as stated in the procurement documents.

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

Criteria as stated in the procurement documents

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

Criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

Envisaged maximum number of participants to the framework agreement: 6

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

9 September 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 September 2021

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2025

six.3) Additional information

It is anticipated up to 6 Contractors will be awarded to the framework. Up to 1 Main Contractor and 1 Reserve Contractor will be awarded per Lot.

All criteria is stated in the procurement documents.

Any contract award will be conditional on the Contract being generally able to proceed following the Council's internal approval procedures and the mandatory 10 day standstill period before sending confirmation of contract award to the successful Contractor.

The Council is using eTenderwales to carry out this procurement process. Please visit: https://etenderwales.bravosolution.co.uk (eTenderwales PQQ Reference: pqq_33131)

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=112599

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:

All requirements are stated in the procurement documents

(WA Ref:112599)

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