Construction Tenders

Sat September 14 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 19th Dec 2023

Tender Details
Referenceocds-h6vhtk-04270c
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£565,309
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 19th Dec 2023

Tender Details
Referenceocds-h6vhtk-04270c
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£565,309

Section I: Contracting authority

I.1) Name and addresses

Barcud Shared Services

2 Alexandra Gate Ffordd Pengam

Cardiff

CF24 2SA

Email

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