Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 5

Status Active

Published 7th Jun 2024

Tender Details
Referenceocds-h6vhtk-046e57
Common Procurement VocabularyBuilding construction work
Procurement MethodOpen procedure
Value£7,800,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 5

Status Active

Published 7th Jun 2024

Tender Details
Referenceocds-h6vhtk-046e57
Common Procurement VocabularyBuilding construction work
Procurement MethodOpen procedure
Value£7,800,000

Section I: Contracting authority

I.1) Name and addresses

Bridgend County Borough Council

Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street

Bridgend

CF31 4WB

Email

Tenders [at] bridgend.gov.uk

Telephone

+44 01656643643

Country

United Kingdom

NUTS code

UKL17 - Bridgend and Neath Port Talbot

Internet address(es)

Main address

https://www.bridgend.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0417

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/home.html

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/home.html

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/home.html

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

B676 - DFG - Minor Works Framework Agreement

Reference number

B676

II.1.2) Main CPV code

  • 45210000 - Building construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Privately owned properties across Bridgend County Borough need repairs and improvements to bring them up to current living standards. The Council administers grants to help with this. The Council uses the Private Sector Housing Renewal Policy to help to decide how to award these grants. The policy prioritises elderly and vulnerable residents and focuses on disadvantaged areas. The Works include the following,

Lot 1 – Level Access Showers (Bathrooms).

Lot 2 – Kitchens.

Lot 3 – External Ramps.

Lot 4 – Extensions.

Lot 5 – Stairlifts.

II.1.5) Estimated total value

Value excluding VAT: £7,800,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

II.2) Description

II.2.1) Title

Lot 1 – Level Access Showers (Bathrooms).

Lot No

1

II.2.2) Additional CPV code(s)

  • 45211310 - Bathrooms construction work

II.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance

The County Borough of Bridgend

II.2.4) Description of the procurement

Bridgend County Borough Council (BCBC) invites you to submit a Tender for the Lot 1 - Level Access Showers (Bathrooms).

Description: The Authority requires that the Successful Bidder safely and carefully removes the existing bathroom suite(s) and installs a level access shower and associated fixtures and fittings in accordance with the Tender Documents.

The contractor is required to properly dispose of all surplus to requirements and waste materials and removed fixtures and fittings. The site is to be left in a clean and tidy condition after every working day and more importantly, at the end of the contract. The Householder is to be left with access to water and electricity at the end of every working day and warned in plenty of time during the day if the supply is going to be interrupted for any reason.

The contractor is fully responsible for all matters relating to Health and Safety on site in accordance with the Health and Safety Act 1974.

The contractor is responsible for maintaining good communications with the Householder and the Authority at all time during the contract period.

The Authority intends to pay valid invoices within 30-calendar days of receipt. This payment action will take place after the works have been inspected and signed off by the Authority which includes the completion of any reasonable remedial works identified by the Authority and satisfactorily completed by the Contractor.

The Tenderer is required to refer to and fully respond to the Authority’s published Document Suite.

There is a Price Cap of GBP 13,000 per property on this Tender, bids exceeding the Price Cap will be disqualified.

It is a condition of this Tender and contract that all Bidders shall be Registered and Verified on Constructionline.

Contract Terms and Conditions: Framework Call-off Contract Terms and Conditions. See file entitled Annex 1 - Combined Order Form & Call Off T&C's.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £4,316,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

The estimated value of the Lot is based on historic requirements and may be subject to fluctuations across the term of the Framework Agreement. The Authority therefore reserves the right to amend as necessary the estimated annual number of requirements and associated estimated spend accordingly.

II.2) Description

II.2.1) Title

Lot 2 – Kitchens

Lot No

2

II.2.2) Additional CPV code(s)

  • 45421151 - Installation of fitted kitchens

II.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance

The County Borough of Bridgend

II.2.4) Description of the procurement

Bridgend County Borough Council (BCBC) invites you to submit a Tender for the Lot 2 - Kitchens.

Description: The Authority requires that the Successful Bidder(s) safely and carefully removes the existing kitchen(s) arrangements and installs a new kitchen(s)arrangement and associated fixtures and fittings in accordance with the Tender Documents.

The contractor is required to properly dispose of all surplus to requirements and waste materials and removed fixtures and fittings. The site is to be left in a clean and tidy condition after every working day and more importantly, at the end of the contract. The Householder is to be left with access to water and electricity at the end of every working day and warned in plenty of time during the day if the supply is going to be interrupted for any reason.

The contractor is fully responsible for all matters relating to Health and Safety on site in accordance with the Health and Safety Act 1974.

The contractor is responsible for maintaining good communications with the Householder and the Authority at all time during the contract period.

The Authority intends to pay valid invoices within 30-calendar days of receipt. This payment action will take place after the works have been inspected and signed off by the Authority which includes the completion of any reasonable remedial works identified by the Authority and satisfactorily completed by the Contractor.

The Tenderer is required to refer to and fully respond to the Authority’s published Document Suite.

There is a Price Cap of GBP 10,000 per property on this Tender, bids exceeding the Price Cap will be disqualified.

It is a condition of this Tender and contract that all Bidders shall be Registered and Verified on Constructionline.

Contract Terms and Conditions: Framework Call-off Contract Terms and Conditions. See file entitled Annex 1 - Combined Order Form & Call Off T&C's.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £120,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

The estimated value of the Lot is based on historic requirements and may be subject to fluctuations across the term of the Framework Agreement. The Authority therefore reserves the right to amend as necessary the estimated annual number of requirements and associated estimated spend accordingly.

II.2) Description

II.2.1) Title

Lot 3 – External Ramps

Lot No

3

II.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

II.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance

County Borough of Bridgend

II.2.4) Description of the procurement

Bridgend County Borough Council (BCBC) invites you to submit a Tender for the Lot 3 - External Ramps.

Description: he Authority requires that the Successful Bidder(s) safely and carefully prepares the ground as required and installs a suitable External Ramp(s) / Pathways / Hard Standings and associated fixtures and fittings in accordance with the Tender Documents.

The contractor is required to properly dispose of all surplus to requirements and waste materials and removed fixtures and fittings. The site is to be left in a clean and tidy condition after every working day and more importantly, at the end of the contract. The Householder is to be left with access to water and electricity at the end of every working day and warned in plenty of time during the day if the supply is going to be interrupted for any reason.

The contractor is fully responsible for all matters relating to Health and Safety on site in accordance with the Health and Safety Act 1974.

The contractor is responsible for maintaining good communications with the Householder and the Authority at all time during the contract period.

The Authority intends to pay valid invoices within 30-calendar days of receipt. This payment action will take place after the works have been inspected and signed off by the Authority which includes the completion of any reasonable remedial works identified by the Authority and satisfactorily completed by the Contractor.

The Tenderer is required to refer to and fully respond to the Authority’s published Document Suite.

There is a Price Cap of GBP 15,000 per property on this Tender, bids exceeding the Price Cap will be disqualified.

It is a condition of this Tender and contract that all Bidders shall be Registered and Verified on Constructionline.

Contract Terms and Conditions: Framework Call-off Contract Terms and Conditions. See file entitled Annex 1 - Combined Order Form & Call Off T&C's.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £1,800,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

The estimated value of the Lot is based on historic requirements and may be subject to fluctuations across the term of the Framework Agreement. The Authority therefore reserves the right to amend as necessary the estimated annual number of requirements and associated estimated spend accordingly.

II.2) Description

II.2.1) Title

Lot 4 – Extensions

Lot No

4

II.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance

County Borough of Bridgend

II.2.4) Description of the procurement

Bridgend County Borough Council (BCBC) invites you to submit a Tender for the Lot 4 - Extensions.

Description: The Authority requires that the Successful Bidder(s) safely and carefully prepares and constructs extensions or delivers room adaptations and associated fixtures and fittings to existing properties in accordance with the Tender Documents.

The contractor is required to properly dispose of all surplus to requirements and waste materials and removed fixtures and fittings. The site is to be left in a clean and tidy condition after every working day and more importantly, at the end of the contract. The Householder is to be left with access to water and electricity at the end of every working day and warned in plenty of time during the day if the supply is going to be interrupted for any reason.

The contractor is fully responsible for all matters relating to Health and Safety on site in accordance with the Health and Safety Act 1974.

The contractor is responsible for maintaining good communications with the Householder and the Authority at all time during the contract period.

The Authority intends to pay valid invoices within 30-calendar days of receipt. This payment action will take place after the works have been inspected and signed off by the Authority which includes the completion of any reasonable remedial works identified by the Authority and satisfactorily completed by the Contractor.

The Tenderer is required to refer to and fully respond to the Authority’s published Document Suite.

There is a Price Cap of GBP 36,000 per property on this Tender, bids exceeding the Price Cap will be disqualified.

It is a condition of this Tender and contract that all Bidders shall be Registered and Verified on Constructionline.

Contract Terms and Conditions: Framework Call-off Contract Terms and Conditions. See file entitled Annex 1 - Combined Order Form & Call Off T&C's.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £864,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

The estimated value of the Lot is based on historic requirements and may be subject to fluctuations across the term of the Framework Agreement. The Authority therefore reserves the right to amend as necessary the estimated annual number of requirements and associated estimated spend accordingly.

II.2) Description

II.2.1) Title

Lot 5 – Stairlifts.

Lot No

5

II.2.2) Additional CPV code(s)

  • 44115600 - Stairlifts

II.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance

The County Borough of Bridgend

II.2.4) Description of the procurement

Bridgend County Borough Council (BCBC) invites you to submit a Tender for the Lot 5 - Stairlifts.

Description: The Authority requires that the Successful Bidder(s) safely and carefully prepares and installs Stairlifts of varying design to existing properties and associated fixtures and fittings in accordance with the Tender Documents.

The contractor is required to properly dispose of all surplus to requirements and waste materials and removed fixtures and fittings. The site is to be left in a clean and tidy condition after every working day and more importantly, at the end of the contract. The Householder is to be left with access to water and electricity at the end of every working day and warned in plenty of time during the day if the supply is going to be interrupted for any reason.

The contractor is fully responsible for all matters relating to Health and Safety on site in accordance with the Health and Safety Act 1974.

The contractor is responsible for maintaining good communications with the Householder and the Authority at all time during the contract period.

The Authority intends to pay valid invoices within 30-calendar days of receipt. This payment action will take place after the works have been inspected and signed off by the Authority which includes the completion of any reasonable remedial works identified by the Authority and satisfactorily completed by the Contractor.

The Tenderer is required to refer to and fully respond to the Authority’s published Document Suite.

There is a Price Cap of GBP 18,000 per property on this Tender, bids exceeding the Price Cap will be disqualified.

It is a condition of this Tender and contract that all Bidders shall be Registered and Verified on Constructionline.

Contract Terms and Conditions: Framework Call-off Contract Terms and Conditions. See file entitled Annex 1 - Combined Order Form & Call Off T&C's.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £700,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

The estimated value of the Lot is based on historic requirements and may be subject to fluctuations across the term of the Framework Agreement. The Authority therefore reserves the right to amend as necessary the estimated annual number of requirements and associated estimated spend accordingly.


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

All Tenderers for all Lots must be Registered and Verified on the Constructionline Database and remain Verified throughout the term of the Framework Agreement.

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 documents.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 9

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A.Up to 6 Participants and 3-Reserves per Lot.

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

19 July 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

19 July 2024

Local time

12:00pm

Place

Bridgend County Borough Council Civic Offices

Information about authorised persons and opening procedure

To be opened in the presence of the Monitoring Officer and Cabinet Services.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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. All aspects of the Tender apart from this Contract Notice and subsequent Contract Award Notice will be conducted on the ETenderWales portal.

2. The Tender consists of 5-Lots and is lodged under ITT_108804 which contains the Qualification Questionnaire and applicable to all Lots, so only needs to be completed once.

3. All Lots are linked and accessible via ITT_108804.

4. All 5-Lots are independent and carry their Lot specific documents for consideration and response as necessary. Tenderers are free to submit a bid for as many Lots as they have the necessary Skill Set(s), Qualifications, Certification, Competence and Experience.

5. Although the overall Framework Agreement value is C. GBP 7,800,000 over the 4-year period, a Carbon Reduction Plan is requested (If available), but not mandatory because the maximum value of any Call-off contract is GBP 36,000 and aimed as SME's.

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=141437

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:

Social Value (Community Benefits) is addressed in the ITT Document and questioned and the responses scored in the Quality Evaluation Document against each Lot.

(WA Ref:141437)

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