Section one: Contracting authority
one.1) Name and addresses
City & County of Swansea
Civic Centre
Swansea
SA1 3SN
Country
United Kingdom
NUTS code
UKL18 - Swansea
Internet address(es)
Main address
http://www.swansea.gov.uk/dobusiness
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254
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/
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 Agreement for Reactive Maintenance Works
Reference number
CCS/ 24 / 251
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Swansea Council intends to set up a reactive maintenance framework to undertake various works that cover the trades of plastering, bricklaying, roofing and carpentry throughout the City & County of Swansea. The works will be undertaken to the council’s owned domestic stock that contains houses, bunglaows, flats (low rise) and maisonettes
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
two.2) Description
two.2.1) Title
Lot 1 – Carpentry
Lot No
1
two.2.2) Additional CPV code(s)
- 45420000 - Joinery and carpentry installation work
- 45422000 - Carpentry installation work
- 44230000 - Builders' carpentry
- 45441000 - Glazing work
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
Main site or place of performance
various locations in Swansea
two.2.4) Description of the procurement
Swansea Council intends to set up a reactive maintenance framework to undertake various works that cover the trades of plastering, bricklaying, roofing and carpentry throughout the City & County of Swansea. The works will be undertaken to the council’s owned domestic stock that contains houses, bunglaows, flats (low rise) and maisonettes. Based on historical data, and allowing for future trends, the Employer estimates that, including the framework extension, the spend on the framework is likely to be circa. 6.7 million over its term. The framework will be lotted into four Lots;
Lot 1 – Carpentry,
Lot 2 – External Works,
Lot 3 – Plastering,
Lot 4 – Roofing
It is expected that each lot will have an expenditure of 500k per annum and the roofing lot will have an expenditure of 750k per annum. The framework lots will be unrestricted in terms of number allocated to each lot and the proposed bidder can opt to include for one, or all lots.
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
with the option to extend for up to 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.2.14) Additional information
Lot 1 – Carpentry
two.2) Description
two.2.1) Title
Lot 2 – External Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45262500 - Masonry and bricklaying work
- 45262520 - Bricklaying work
- 45111240 - Ground-drainage work
- 45232450 - Drainage construction works
- 45342000 - Erection of fencing
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
Main site or place of performance
various locations in Swansea
two.2.4) Description of the procurement
Swansea Council intends to set up a reactive maintenance framework to undertake various works that cover the trades of plastering, bricklaying, roofing and carpentry throughout the City & County of Swansea. The works will be undertaken to the council’s owned domestic stock that contains houses, bunglaows, flats (low rise) and maisonettes. Based on historical data, and allowing for future trends, the Employer estimates that, including the framework extension, the spend on the framework is likely to be circa. 6.7 million over its term. The framework will be lotted into four Lots;
Lot 1 – Carpentry,
Lot 2 – External Works,
Lot 3 – Plastering,
Lot 4 – Roofing
It is expected that each lot will have an expenditure of 500k per annum and the roofing lot will have an expenditure of 750k per annum. The framework lots will be unrestricted in terms of number allocated to each lot and the proposed bidder can opt to include for one, or all lots.
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
with the option to extend for up to 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.2.14) Additional information
Lot 2 – External Works
two.2) Description
two.2.1) Title
Lot 3 – Plastering
Lot No
3
two.2.2) Additional CPV code(s)
- 45410000 - Plastering work
- 45431200 - Wall-tiling work
- 45431100 - Floor-tiling work
- 45431000 - Tiling work
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
Main site or place of performance
Various locations in Swansea
two.2.4) Description of the procurement
Swansea Council intends to set up a reactive maintenance framework to undertake various works that cover the trades of plastering, bricklaying, roofing and carpentry throughout the City & County of Swansea. The works will be undertaken to the council’s owned domestic stock that contains houses, bunglaows, flats (low rise) and maisonettes. Based on historical data, and allowing for future trends, the Employer estimates that, including the framework extension, the spend on the framework is likely to be circa. 6.7 million over its term. The framework will be lotted into four Lots;
Lot 1 – Carpentry,
Lot 2 – External Works,
Lot 3 – Plastering,
Lot 4 – Roofing
It is expected that each lot will have an expenditure of 500k per annum and the roofing lot will have an expenditure of 750k per annum. The framework lots will be unrestricted in terms of number allocated to each lot and the proposed bidder can opt to include for one, or all lots.
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
with the option to extend for up to 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.2.14) Additional information
Lot 3 – Plastering
two.2) Description
two.2.1) Title
Lot 4 – Roofing
Lot No
4
two.2.2) Additional CPV code(s)
- 45261100 - Roof-framing work
- 45261211 - Roof-tiling work
- 45261212 - Roof-slating work
- 45261920 - Roof maintenance work
- 45261910 - Roof repair
- 45261900 - Roof repair and maintenance work
- 45261300 - Flashing and guttering work
- 45261320 - Guttering work
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
Main site or place of performance
Various locations in Swansea
two.2.4) Description of the procurement
Swansea Council intends to set up a reactive maintenance framework to undertake various works that cover the trades of plastering, bricklaying, roofing and carpentry throughout the City & County of Swansea. The works will be undertaken to the council’s owned domestic stock that contains houses, bunglaows, flats (low rise) and maisonettes. Based on historical data, and allowing for future trends, the Employer estimates that, including the framework extension, the spend on the framework is likely to be circa. 6.7 million over its term. The framework will be lotted into four Lots;
Lot 1 – Carpentry,
Lot 2 – External Works,
Lot 3 – Plastering,
Lot 4 – Roofing
It is expected that each lot will have an expenditure of 500k per annum and the roofing lot will have an expenditure of 750k per annum. The framework lots will be unrestricted in terms of number allocated to each lot and the proposed bidder can opt to include for one, or all lots.
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
with the option to extend for up to 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.2.14) Additional information
Lot 4 – Roofing
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
see tender documentation
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
2 December 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 December 2024
Local time
12:30pm
Place
E-tenderwales Portal
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
1. Register your company on the eTenderWales portal (this is only required once):
— Navigate to the portal: http://etenderwales.bravosolution.co.uk
— Click the “Suppliers register here” link.
— Enter your correct business and user details.
— Note the username you chose and click “Save” when complete.
— You will shortly receive an e-mail with your unique password (please keep this secure).
— Agree to the terms and conditions and click “continue”.
2. Express an interest in the project:
— Login to the portal with your username/password.
— Click the “ITTs Open to All Suppliers” link (these are the ITTs open to any registered supplier).
— 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 invitation to 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 and offline actions for you to perform (there is detailed online help available).
If you require any further assistance use the online help. Alternatively, the BravoSolution helpdesk can be contacted (Monday to Friday, 8:00 to 18:00) on:
— E-mail: help@bravosolution.co.uk
— Phone: +44 8003684850
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=145668
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:
See Schedule 3 contained in the framework agreement document
(WA Ref:145668)
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
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period will extend to 15 calendar days for communication by non-electronic means. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made. Should additional information be required it should be requested of the addressee in section I.1). If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must be brought promptly (generally within 30 days). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Council to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Council to pay a civil financial penalty, and/or order that the duration of the contract be shortened. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Council has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
Legal Democratic Services and Business Intelligence
Civic Centre
Swansea
SA1 3SN
Country
United Kingdom