Tender

Roofing and Repairs to 28 Properties within 7 Two Storey Blocks - Channel view, Risca

  • Caerphilly County Borough Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-031242

Procurement identifier (OCID): ocds-h6vhtk-05460a

Published 10 June 2025, 1:04pm



Scope

Reference

CCBC/PS2765/25/CT

Description

Bidders are invited to submit a tender for the Re-roofing and Repairs to 28 properties within 7 two story blocks at Channel view Risca.

This procurement process will follow the Competitive Flexible Procedure as set out within the Procurement Act 2023.

Caerphilly County Borough Council is seeking to procure a contract for the Re-Roofing and Repairs to 28 properties within 7 two story blocks at Channel view Risca.

The works will include re-roofing of the main roof and leanto roofs, the removal of the chimney stacks, capping and venting the flue, new facias, soffits and RWGs. Associated work will include adjustment of tv equipment and main electric and BT cables.

All information relating to the tender and contract can be found within the Tender Documents.

Total value (estimated)

  • £280,000 excluding VAT
  • £336,000 including VAT

Below the relevant threshold

Contract dates (estimated)

  • 1 November 2025 to 1 March 2026
  • 4 months, 1 day

Main procurement category

Works

CPV classifications

  • 44112400 - Roof
  • 45260000 - Roof works and other special trade construction works
  • 45210000 - Building construction work
  • 45000000 - Construction work

Contract locations

  • UK - United Kingdom

Participation

Conditions of participation

The Project Team will undertake the first stage of the evaluation process by assessing the Bidders' responses to the Conditions of Participation, as set out below.

This stage consists of Pass/Fail questions that must be responded to in full. Failure to submit a fully completed Conditions of Participation response will result in the bid being rejected.

Responses to the Conditions of Participation will be evaluated in accordance with the scoring methodology outlined in Table 1 of the Tender Document using Pass/Fail criteria. Any response that does not pass this stage will not be evaluated further, and the bid will be rejected on such grounds alone.

Technical Ability

Provide summary detail of up to 3 contracts which the Bidder has delivered in any combination from the public or private sector; or VCSE (including grant funded work) which demonstrate your organisation has sufficient technical ability to deliver this contract.

The details provided for each contract must, at a minimum, include:

• name of customer organisation who signed the contract.

• name of supply organisation who signed the contract.

• the name, position and email address of the point of contact in the customer's organisation.

• estimated contract value.

• a description of the works delivered.

• Initial accepted tender submission value and audited final account value.

• Where applicable the reason why the contract went over budget and or extended over the planned completion date.

• Confirm if the proposed key personnel for this contract were involved with the three contracts above.

The named customer contact should be able to offer confirmation of the information provided.

Consortia bids should provide examples of where the consortium has delivered similar requirements.

If not possible (e.g. the consortium is newly formed or a Special Purpose Vehicle ("SPV") is being created), 3 separate examples should be provided between the principal member(s) of the consortium/SPV.

Where the Supplier is a SPV, or a managing agent not intending to be the main provider, the information requested should be provided for the main intended provider(s) or Sub-Contractor(s) who will deliver the contract.

Contracts for services should have been performed during the past 3 years.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

30 June 2025, 5:00pm

Tender submission deadline

4 July 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Price

Total Tender Cost (Ex VAT)

Price 80.00%
Quality

Contract Management

How will the contract be managed to ensure that project timescales are met, and quality and safety are maintained through the course of the contract?

Your response must include:...

Quality 20.00%

Procedure

Procedure type

Below threshold - open competition


Documents

Associated tender documents

https://supplierlive.proactisp2p.com/Account/Login

All tender documents are accessible via the Proactis Plaza e-Tendering system linked above.


Contracting authority

Caerphilly County Borough Council

  • Public Procurement Organisation Number: PWHP-2369-JPYL

Penallta House, Tredomen Park

Hengoed

CF82 7PG

United Kingdom

Contact name: Connor Thomas

Telephone: +441443864702

Email: Thomac21@caerphilly.gov.uk

Website: http://www.caerphilly.gov.uk

Region: UKL16 - Gwent Valleys

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales