Tender

Gwent Collaborative General Building Maintenance and Refurbishment Project

  • Monmouthshire County Council

F02: Contract notice

Notice identifier: 2021/S 000-030229

Procurement identifier (OCID): ocds-h6vhtk-02fd8c

Published 6 December 2021, 3:35pm



Section one: Contracting authority

one.1) Name and addresses

Monmouthshire County Council

County Hall

Usk

NP15 1GA

Contact

Lloyd Davies

Email

Lloyd.davies2@cardiff.gov.uk

Telephone

+44 7967793197

Country

United Kingdom

NUTS code

UKL21 - Monmouthshire and Newport

Internet address(es)

Main address

www.Monmouhshire.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etenderwales.bravosolution.co.uk/web/login.shtml

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/web/login.shtml

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Gwent Collaborative General Building Maintenance and Refurbishment Project

Reference number

itt_91722

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The General Building Contract encompasses all aspects of repair and maintenance of the buildings, including minor building works projects such as alterations and refurbishments.

Maintenance activities are to be undertaken as follows:

Reactive/Responsive Maintenance (Corrective or Day-to-Day) is minor unplanned maintenance used for assets experiencing breakdown, failure or vandalism of a component. This type of work is typically of low value but a high volume and due to its nature will be responsive.

Planned Maintenance Projects is to be used to comply with statutory requirements and for building fabric, structural components and renewal of time expired plant. This will apply to all building elements and can range in value from 5,000GBP up to but not limited to 150,000GBP.

Refurbishment Works is to be used to carry out improvements, upgrades, alterations and refurbishment of part or all of a structure encompassing all Lots or an element of each. The value of such work can typically be from 25,000GBP up to but not limited to 250,000.00GBP

Cyclical Maintenance (Preventative, Statutory and Non-Statutory Servicing) is to be used to comply with statutory or manufacturer’s requirements and for building services. To be undertaken at predetermined time intervals as required by statutory, technical or operational reliability considerations. This may be applied to building structures, fabric, services and site improvements but is used predominantly for the maintenance of mechanical and electrical services. This is typically low value high volume work of a planned nature.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

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

Gwent Collaborative General Building Maintenance and Refurbishment Project - Blaenau Gwent

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKL21 - Monmouthshire and Newport

two.2.4) Description of the procurement

The General Building Contract encompasses all aspects of repair and maintenance of the buildings, including minor building works projects such as alterations and refurbishments.

Maintenance activities are to be undertaken as follows:

Reactive/Responsive Maintenance (Corrective or Day-to-Day) is minor unplanned maintenance used for assets experiencing breakdown, failure or vandalism of a component. This type of work is typically of low value but a high volume and due to its nature will be responsive.

Planned Maintenance Projects is to be used to comply with statutory requirements and for building fabric, structural components and renewal of time expired plant. This will apply to all building elements and can range in value from 5,000 GBP up to but not limited to 150,000 GBP.

Refurbishment Works is to be used to carry out improvements, upgrades, alterations and refurbishment of part or all of a structure encompassing all Lots or an element of each. The value of such work can typically be from 25,000 GBP up to but not limited to 250,000.00 GBP.

Cyclical Maintenance (Preventative, Statutory and Non-Statutory Servicing) is to be used to comply with statutory or manufacturer’s requirements and for building services. To be undertaken at predetermined time intervals as required by statutory, technical or operational reliability considerations. This may be applied to building structures, fabric, services and site improvements but is used predominantly for the maintenance of mechanical and electrical services. This is typically low value high volume work of a planned nature.

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

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Gwent Collaborative General Building Maintenance and Refurbishment Project - MCC & Gwent Police

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKL21 - Monmouthshire and Newport

two.2.4) Description of the procurement

The General Building Contract encompasses all aspects of repair and maintenance of the buildings, including minor building works projects such as alterations and refurbishments.

Maintenance activities are to be undertaken as follows:

Reactive/Responsive Maintenance (Corrective or Day-to-Day) is minor unplanned maintenance used for assets experiencing breakdown, failure or vandalism of a component. This type of work is typically of low value but a high volume and due to its nature will be responsive.

Planned Maintenance Projects is to be used to comply with statutory requirements and for building fabric, structural components and renewal of time expired plant. This will apply to all building elements and can range in value from 5,000 GBP up to but not limited to 150,000 GBP

Refurbishment Works is to be used to carry out improvements, upgrades, alterations and refurbishment of part or all of a structure encompassing all Lots or an element of each. The value of such work can typically be from 25,000 GBP up to but not limited to 250,000.00 GBP.

Cyclical Maintenance (Preventative, Statutory and Non-Statutory Servicing) is to be used to comply with statutory or manufacturer’s requirements and for building services. To be undertaken at predetermined time intervals as required by statutory, technical or operational reliability considerations. This may be applied to building structures, fabric, services and site improvements but is used predominantly for the maintenance of mechanical and electrical services. This is typically low value high volume work of a planned nature.

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

48

This contract is subject to renewal

No

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

Gwent Collaborative General Building Maintenance and Refurbishment Project - Torfaen

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKL21 - Monmouthshire and Newport

two.2.4) Description of the procurement

The General Building Contract encompasses all aspects of repair and maintenance of the buildings, including minor building works projects such as alterations and refurbishments.

Maintenance activities are to be undertaken as follows:

Reactive/Responsive Maintenance (Corrective or Day-to-Day) is minor unplanned maintenance used for assets experiencing breakdown, failure or vandalism of a component. This type of work is typically of low value but a high volume and due to its nature will be responsive.

Planned Maintenance Projects is to be used to comply with statutory requirements and for building fabric, structural components and renewal of time expired plant. This will apply to all building elements and can range in value from 5,000 GBP up to but not limited to 150,000 GBP.

Refurbishment Works is to be used to carry out improvements, upgrades, alterations and refurbishment of part or all of a structure encompassing all Lots or an element of each. The value of such work can typically be from 25,000 GBP up to but not limited to 250,000.00 GBP.

Cyclical Maintenance (Preventative, Statutory and Non-Statutory Servicing) is to be used to comply with statutory or manufacturer’s requirements and for building services. To be undertaken at predetermined time intervals as required by statutory, technical or operational reliability considerations. This may be applied to building structures, fabric, services and site improvements but is used predominantly for the maintenance of mechanical and electrical services. This is typically low value high volume work of a planned nature.

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

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

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

21 January 2022

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

21 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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=116469

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:

As per tender documents

(WA Ref:116469)

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