Opportunity

Framework Agreement for Heating Replacements and Refits across the County of Powys

  • Powys County Council

F02: Contract notice

Notice reference: 2022/S 000-033432

Published 25 November 2022, 8:47am



Section one: Contracting authority

one.1) Name and addresses

Powys County Council

County Hall

Llandrindod Wells

LD1 5LG

Contact

Claire Davies

Email

commercialservices@powys.gov.uk

Telephone

+44 01597826000

Country

United Kingdom

NUTS code

UKL24 - Powys

Internet address(es)

Main address

www.powys.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0354

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/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for Heating Replacements and Refits across the County of Powys

Reference number

itt_97268

two.1.2) Main CPV code

  • 45232141 - Heating works

two.1.3) Type of contract

Works

two.1.4) Short description

Powys County Council is seeking to engage suitably experienced and qualified Contractors to enter into a Framework Agreement for Heating Replacements and Refits across the County of Powys for a three (3) year period commencing in April 2023 with an option to extend for up to a further 12 months.

Works to include three types of heating installations in North and South Powys; 1. Emergency replacement works, 2. Planned heating installations and 3. Void heating installations.

two.1.5) Estimated total value

Value excluding VAT: £5,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

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:

The Council’s aim is to award a contract to a single Contractor, or a group of contractors acting as a consortium, for each Lot. Bidders may apply for one geographical area (Lot 1 North Powys or Lot 2 South Powys) or both geographical areas (Lot 1 North Powys and Lot 2 South Powys). Where bidders apply for more than one Lot and are successfully awarded more than one Lot, the successful Contractors will ensure that all awarded Contracts are managed and run concurrently.

two.2) Description

two.2.1) Title

South Powys - Heating Replacements & Refits

Lot No

2

two.2.2) Additional CPV code(s)

  • 09331200 - Solar photovoltaic modules
  • 42160000 - Boiler installations
  • 42511110 - Heat pumps
  • 42533000 - Parts of heat pumps
  • 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
  • 44620000 - Central-heating radiators and boilers and parts
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621220 - Central-heating boilers
  • 44621221 - Parts of central-heating boilers
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331100 - Central-heating installation work
  • 45331110 - Boiler installation work
  • 45333000 - Gas-fitting installation work
  • 45333100 - Gas regulation equipment installation work
  • 50721000 - Commissioning of heating installations

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys
Main site or place of performance

Powys

two.2.4) Description of the procurement

Powys County Council is seeking to engage suitably experienced and qualified Contractors to enter into a Framework Agreement for Heating Replacements and Refits across the County of Powys for a three (3) year period commencing in April 2023 with an option to extend for up to a further 12 months. Works to include three types of heating installations; 1. Emergency replacement works, 2. Planned heating installations and 3. Void heating installations.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £2,800,000

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

Option to extend for up to a further 12 months

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

North Powys - Heating Replacements & Refits

Lot No

1

two.2.2) Additional CPV code(s)

  • 09331200 - Solar photovoltaic modules
  • 42160000 - Boiler installations
  • 42511110 - Heat pumps
  • 42533000 - Parts of heat pumps
  • 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
  • 44620000 - Central-heating radiators and boilers and parts
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621220 - Central-heating boilers
  • 44621221 - Parts of central-heating boilers
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331100 - Central-heating installation work
  • 45331110 - Boiler installation work
  • 45333000 - Gas-fitting installation work
  • 45333100 - Gas regulation equipment installation work
  • 50721000 - Commissioning of heating installations

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys
Main site or place of performance

Powys

two.2.4) Description of the procurement

Powys County Council is seeking to engage suitably experienced and qualified Contractors to enter into a Framework Agreement for Heating Replacements and Refits across the County of Powys for a three (3) year period commencing in April 2023 with an option to extend for up to a further 12 months. Works to include three types of heating installations; 1. Emergency replacement works, 2. Planned heating installations and 3. Void heating installations.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £2,800,000

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

Option to extend for upto a further 12 months.

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

The minimum requirements of the tender are as follows:

- Constructionline Level 2 Silver registered, with work categories relevant to the subject matter of the contract.

- Safety Schemes in Procurement (SSIP) accredited or fully compliant with an equivalent scheme.

- Demonstrable experience of successfully delivering contracts of a similar nature (in terms of scope and size) within the last three years.

- Provide copies of full audited accounts, including profit and loss accounts and balance sheet, for the most recently completed financial year and a comparator year.

- Provide copies of the most recent set of management accounts.

- Insurance requirements, note that you must have or agree to put in place by contract start, insurances to the following levels:

Public & Product Liability Insurance - 10,000,000 GBP and

Employer’s Liability Insurance - 10,000,000 GBP

- The successful Contractors should ensure, where relevant, that all Basic Disclosure checks (DBS) are up to date and in line with the Council’s DBS policy

- One operative on site will be required to have received Non-licensable work, including Notifiable Non-licensed Work (NNLW) asbestos training. All other operatives will be required to have Asbestos Awareness training.

Contractors and Sub-Contractors shall be on the approved register for "Gas Safe”, “OFTEC”, “MCS” and “NICEIC” or “ECA” with Approved Areas/Categories of Work relevant to the subject matter of the contract.

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.2.3) 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.1.3) 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: 2

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

6 January 2023

Local time

5:00pm

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

four.2.7) Conditions for opening of tenders

Date

6 January 2023

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3 years

six.3) Additional information

Instructions for Suppliers – Registration on eTenderwales -

Powys County Council will be conducting this tender through the Value Wales e-Tendering portal. This can be found at

www.etenderwales.bravosolution.co.uk, all information may be downloaded and returned through this channel.

Internet address(es): http://etenderwales.bravosolution.co.uk

Suppliers Instructions How to Express Interest in this Tender

1. Register your company on the eTenderwales portal (this is only required once)

- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the “Open Access ITTs” link.

- Click on the relevant ITT to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the ITT into your “My ITTs” page. (This is a secure area reserved for your projects only)

- Click on the ITT code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the ITT

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8am – 6pm) on:

- eMail: help@bravosolution.co.uk

- Phone: 0800 069 8634

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=126642

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:

Working with the Local Supply Chain and Sub-Contractor Payment Terms

Employment and Training

Community Engagement

Reducing the Environmental Impact, including waste management, supporting localism, reducing travel and other initiatives

(WA Ref:126642)

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