Tender

Isle of Anglesey County Council Housing Refurbishment Programme

  • Council Offices

F02: Contract notice

Notice identifier: 2024/S 000-020625

Procurement identifier (OCID): ocds-h6vhtk-047b29

Published 5 July 2024, 2:29pm



Section one: Contracting authority

one.1) Name and addresses

Council Offices

Council Offices

Llangefni

LL77 7TW

Contact

Cynthia Francis

Email

cynthiafrancis@anglesey.gov.wales

Country

United Kingdom

NUTS code

UKL11 - Isle of Anglesey

Internet address(es)

Main address

https://www.anglesey.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0369

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.sell2wales.gov.wales/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales/

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://www.sell2wales.gov.wales/

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

Isle of Anglesey County Council Housing Refurbishment Programme

two.1.2) Main CPV code

  • 45453000 - Overhaul and refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

A programme of planned refurbishment works to various residential properties to maintain the condition of the Authority's housing stock to the Welsh Housing Quality Standard 2023.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45300000 - Building installation work
  • 45421151 - Installation of fitted kitchens
  • 45211310 - Bathrooms construction work
  • 45451000 - Decoration work
  • 75200000 - Provision of services to the community
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKL11 - Isle of Anglesey

two.2.4) Description of the procurement

The Authority completed an extensive programme of internal refurbishment works between 2008 and 2013 that successfully brought the housing stock up to a condition that met the Welsh Housing Quality Standard (‘the WHQS’). Kitchens fitted as part of that programme have started to reach the end of their 15 year lifecycle as defined by the WHQS. Those installed in 2008/09 are due to be replaced from 2024/25 with the remainder to follow over the next five to seven years. The scope of work required to meet the standards set out in the new WHQS (‘the WHQS 2023’) will focus primarily on kitchen replacements but will include some bathrooms on an as required basis, general electrical upgrades, humidity fans in kitchens and bathrooms, the installation of Positive Input Ventilation (‘PIV’) systems where none are currently fitted, and some heating upgrades. Works will be allocated to two geographical areas. The Authority will appoint one Contractor for each Area. No Contractor will be awarded more than one Area.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Possibility for a two year extension.

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.2.14) Additional information

The Authority wishes to support people who are in unemployed and small and medium enterprises to ensure that there is specific capacity to deliver the service it requires and promote sustainability through its procurement. Therefore this contract may contain community benefit clauses as allowed within Regulations 67and 70 of the Public Contracts Regulations 2015.


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Performance conditions against Key Performance Indicators are stated in the tender 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.1.8) 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 August 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

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)

four.2.7) Conditions for opening of tenders

Date

9 August 2024

Local time

12:00pm


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: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=142742.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Please see action point 8 within the invitation to tender document

(WA Ref:142742)

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