Section one: Contracting authority
one.1) Name and addresses
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
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
Telephone
+44 1685725000
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
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