Tender

Installation, Servicing & Repairs for Adaptive Assets

  • Barcud Shared Services

F02: Contract notice

Notice identifier: 2023/S 000-037359

Procurement identifier (OCID): ocds-h6vhtk-04270c

Published 19 December 2023, 4:51pm



Section one: Contracting authority

one.1) Name and addresses

Barcud Shared Services

2 Alexandra Gate Ffordd Pengam

Cardiff

CF24 2SA

Email

procurement@barcudsharedservices.org.uk

Telephone

+44 7557344854

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.barcudsharedservices.org.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA82071

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://www.sell2wales.gov.wales/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales/

one.4) Type of the contracting authority

Other type

RSL

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Installation, Servicing & Repairs for Adaptive Assets

Reference number

BA1391

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Bron Afon is seeking a suitably skilled, experienced and accredited Contractor to provide servicing, maintenance, repairs as well as removal, storage and reinstallation of Bron Afon’s Adaptation Assets.

two.1.5) Estimated total value

Value excluding VAT: £565,309

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42400000 - Lifting and handling equipment and parts
  • 42416100 - Lifts
  • 42418220 - Chairlifts
  • 44115600 - Stairlifts
  • 42419510 - Parts of lifts
  • 42416130 - Mechanical lifts
  • 42410000 - Lifting and handling equipment

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Torfaen

two.2.4) Description of the procurement

Tenderers are to refer to Schedule 4 Asset Profile List to ensure they are Stannah trained and accredited to install lifts. Tenderers will also have had authorised manufacturers training for Handicare, Gerberit, Wessex throughlift & Terry’s throughlift to fulfil this contract.

The contract duration is for 3 years with the option to extend for up to a period of 2 x 12-month periods or part of (3+1+1)

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 2.50%

Quality criterion - Name: Previous Contract Experience / Weighting: 10.00%

Quality criterion - Name: Contract Managment / Weighting: 10.00%

Quality criterion - Name: Customer Service / Weighting: 5.00%

Quality criterion - Name: Quality / Weighting: 5.00%

Quality criterion - Name: Health & Safety / Weighting: 5.00%

Quality criterion - Name: Sustainability / Weighting: 2.50%

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £565,309

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to a period of 2 x 12-month periods or part of (1+1)

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

Refer to ITT docs

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.2.2) Contract performance conditions

Refer to ITT docs

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.1.8) 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

29 January 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

29 January 2024

Local time

2:00pm

Place

Online via teams

Information about authorised persons and opening procedure

Danielle Davies and Tim Johnston will open the tender documents together online via teams


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: In 3-5 years time depending if extensions are utilised

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

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=137451.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Refer to ITT docs

(WA Ref:137451)

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