Construction Tenders

Mon October 21 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 2nd Feb 2024

Tender Details
Referenceocds-h6vhtk-03a243
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 2nd Feb 2024

Tender Details
Referenceocds-h6vhtk-03a243
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

City & County of Swansea

Civic Centre

Swansea

SA1 3SN

Email

procurement [at] swansea.gov.uk

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

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://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/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for Water Main Repairs

Reference number

CCS/22/288

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

Swansea Council are seeking contractors to provide a service to undertake repair works and/or replacement works on underground cold water mains on its behalf to various types of properties which the council own/manage.

The works comprise of repair works and/or replacement works on underground cold water mains that the council owns/maintains. These comprise of domestic housing (houses, flats, bungalows/ maisonettes/ low-rise & high-rise flats), schools, public buildings, allotments, depots, sheltered housing complexes etc. to ensure that they function effectively and efficiently.

The Framework Agreement is split into the following two (2) Lots;

Lot 1- Commercial

Lot 2- Domestic

The Council’s intention is to enter into a Framework Agreement with 3 Contractor(s) for each lot; unless fewer than this number of Tenders are received.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot 2- Domestic

Lot No

2

II.2.2) Additional CPV code(s)

  • 45232151 - Water-main refurbishment construction work
  • 45232150 - Works related to water-distribution pipelines
  • 45231300 - Construction work for water and sewage pipelines
  • 45350000 - Mechanical installations

II.2.3) Place of performance

NUTS codes
  • UKL18 - Swansea
Main site or place of performance

Various locations in Swansea

II.2.4) Description of the procurement

Swansea Council are seeking contractors to provide a service to undertake repair works and/or replacement works on underground cold water mains on its behalf to various types of properties which the council own/manage.

The works comprise of repair works and/or replacement works on underground cold water mains that the council owns/maintains. These comprise of domestic housing (houses, flats, bungalows/ maisonettes/ low-rise & high-rise flats), schools, public buildings, allotments, depots, sheltered housing complexes etc. to ensure that they function effectively and efficiently.

The Council’s intention is to enter into a Framework Agreement with 3 Contarctor(s) for each lot; unless fewer than this number of Tenders are received.

The Framework Agreement is split into the following two (2) Lots;

Lot 1- Commercial

Lot 2- Domestic

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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

option to extend for up to 12 months

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

II.2) Description

II.2.1) Title

Lot 1- Commercial

Lot No

1

II.2.2) Additional CPV code(s)

  • 45232151 - Water-main refurbishment construction work
  • 45232150 - Works related to water-distribution pipelines
  • 45231300 - Construction work for water and sewage pipelines
  • 45350000 - Mechanical installations

II.2.3) Place of performance

NUTS codes
  • UKL18 - Swansea
Main site or place of performance

various locations in Swansea

II.2.4) Description of the procurement

Swansea Council are seeking contractors to provide a service to undertake repair works and/or replacement works on underground cold water mains on its behalf to various types of properties which the council own/manage.

The works comprise of repair works and/or replacement works on underground cold water mains that the council owns/maintains. These comprise of domestic housing (houses, flats, bungalows/ maisonettes/ low-rise & high-rise flats), schools, public buildings, allotments, depots, sheltered housing complexes etc. to ensure that they function effectively and efficiently.

The Council’s intention is to enter into a Framework Agreement with 3 Contarctor(s) for each lot; unless fewer than this number of Tenders are received.

The Framework Agreement is split into the following two (2) Lots;

Lot 1- Commercial

Lot 2- Domestic

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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

option to extend for 12 months

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.1.2) 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

see tender documentation


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-003228

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

4 March 2024

Local time

12:00pm

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

English, Welsh

IV.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)

IV.2.7) Conditions for opening of tenders

Date

4 March 2024

Local time

12:30pm

Place

E-tenderwales Portal


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3 years

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

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 [at] 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=138485

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 4

(WA Ref:138485)

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

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.

VI.4.4) Service from which information about the review procedure may be obtained

The City & County of Swansea- Legal, Democratic Services & Business Intelligence

Civic Centre

Swansea

SA1 3SN

Country

United Kingdom