Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 19th Dec 2023
Reference | ocds-h6vhtk-04270c |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £565,309 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 19th Dec 2023
Reference | ocds-h6vhtk-04270c |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £565,309 |
Section I: Contracting authority
I.1) Name and addresses
Barcud Shared Services
2 Alexandra Gate Ffordd Pengam
Cardiff
CF24 2SA
procurement [at] 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
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.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/
I.4) Type of the contracting authority
Other type
RSL
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Installation, Servicing & Repairs for Adaptive Assets
Reference number
BA1391
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT: £565,309
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.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
II.2.3) Place of performance
NUTS codes
- UKL16 - Gwent Valleys
Main site or place of performance
Torfaen
II.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)
II.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
II.2.6) Estimated value
Value excluding VAT: £565,309
II.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)
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Refer to ITT docs
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
29 January 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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 VI. Complementary information
VI.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
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom