Tender

Framework for the Provision of Drainage Assets

  • Wrexham County Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-020896

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

Published 9 July 2024, 12:08pm



Section one: Contracting authority

one.1) Name and addresses

Wrexham County Borough Council

Commissioning Procurement and Contract Management Unit, Lampbit Street

Wrexham

LL11 1AR

Contact

Julia Pordage-Moore

Email

julia.pordage-moore@wrexham.gov.uk

Telephone

+44 1978292784

Country

United Kingdom

NUTS code

UKL23 - Flintshire and Wrexham

Internet address(es)

Main address

https://www.wrexham.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

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 for the Provision of Drainage Assets

Reference number

Proc-24-46

two.1.2) Main CPV code

  • 45232451 - Drainage and surface works

two.1.3) Type of contract

Works

two.1.4) Short description

This Invitation to Tender (the ITT) relates to a Framework (the Framework) for the maintenance of drainage assets, under which Wrexham County Borough Council (WCBC) intends to deliver works across the Authority’s respective administrative area (the Contract Area).

The Framework will primarily be used to deliver within the designated area and may involve works on both the County Road and Trunk Road networks. These works may be planned or reactive.

The majority of works on the County Road network will be during normal working hours, however emergency call-out works and work on the Trunk Road network may be carried out between the hours of 19.00 and 06.00.

It is anticipated that the Framework Agreement will commence in September 2024.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45232451 - Drainage and surface works

two.2.3) Place of performance

NUTS codes
  • UKL23 - Flintshire and Wrexham
Main site or place of performance

Wrexham County Borough

two.2.4) Description of the procurement

This Invitation to Tender (the ITT) relates to a Framework (the Framework) for the maintenance of drainage assets, under which Wrexham County Borough Council (WCBC) intends to deliver works across the Authority’s respective administrative area (the Contract Area).

The Framework will primarily be used to deliver within the designated area and may involve works on both the County Road and Trunk Road networks. These works may be planned or reactive.

The majority of works on the County Road network will be during normal working hours, however emergency call-out works and work on the Trunk Road network may be carried out between the hours of 19.00 and 06.00.

It is anticipated that the Framework Agreement will commence in September 2024.

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

Up to 2 years in yearly increments

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.1.2) 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


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

Envisaged maximum number of participants to the framework agreement: 4

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

16 August 2024

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: 120 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 August 2024

Local time

12:30pm

Place

Procurement department, Wrexham County Borough Council

Information about authorised persons and opening procedure

Julia Pordage-Moore, Category Manager


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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=142864

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

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:

1. Core Requirement

It is a requirement of this contract to provide Core Community Benefits which will include employment and training opportunities for disadvantaged groups of 52 weeks training per one million pound of contract spend.

2. Non-Core Requirements

Whilst the following Non-Core Community Benefit objectives will not be evaluated as part of the tender process, the successful Contractor(s) will be expected to present a Community Benefits Proposal with their tender submission to the minimum value of 0.25% per million pound of contract spend. The Community Benefits proposal submitted should include a method statement of how the contractor will work with WCBC to address Community Benefit themes, should they be successful in being appointed onto the framework. The Community Benefit theme to be dictated to the contractor, by WCBC, following receipt by WCBC of a Community Benefit request, via the WCBC Community Benefit Scheme.

The Employer keeps a register of specific project requests for delivery as Non-Core Community Benefits. The Contractor will be requested to assist the Employer by delivering or providing financial contributions towards specific projects from this list, which may include providing quotations for the goods / services / works, attendance at site surveys and subsequent provision / execution of the projects, all delivered in a cost-neutral way to the Employer.

The list below is not exhaustive and the Contractor(s) should present their own proposals and ideas regarding delivering non-core activities.

- Provision of a work experience ‘swap’ initiative – trainees from the contracting company and WCBC to receive work experience at each other’s place of work

- Donation / financial contributions to the central community benefits pot, to help fund specific project requests

- Donations of equipment and materials

- Donations of in-kind labour

- Provision of work experience placements for 14-16 year olds and ‘disadvantaged’ persons

- Attendance and Participation in ‘Meet the Buyer’ events as required to maximise the opportunities for smaller and /or local suppliers and contractors to compete for tenders, sub-contract or supply chain opportunities

- Landscaping and building services support to regenerate communal areas

- Community consultation and participation in community events

- Sponsorships and cash donations to organisations / charities based in Wrexham

- Visits to schools to engage students through H&S, the ‘world of work’ presentations with provisions for donations of classroom resources and lesson plans

Environmental considerations such as:

- Reducing waste to landfill

- Recycling of eligible materials

- Reducing water consumption

- Managing business mileage

(WA Ref:142864)

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