今日看料

Construction Tenders

Tue October 22 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 22nd Oct 2024

Tender Details
Referenceocds-h6vhtk-04b011
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£7,320,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 22nd Oct 2024

Tender Details
Referenceocds-h6vhtk-04b011
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£7,320,000

Section I: Contracting authority

I.1) Name and addresses

Vale of Glamorgan Council

Civic Offices, Holton Road

BARRY

CF63 4RU

Contact

Iftekhar Hussain

Email

EnvironmentProcurement [at] cardiff.gov.uk

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

Buyer's address

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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 for Disabled Adaptations

Reference number

VOG/IH/21/10/24

II.1.2) Main CPV code

  • 45000000 - 今日看料 work

II.1.3) Type of contract

Works

II.1.4) Short description

The Council intends to appoint up to Four (4) Suppliers to the framework and up to Two (2) Suppliers as reserves. The suppliers will be offered work on a rotational basis with priority for the first Four (4) Suppliers.

This Framework will operate for a period of two (2) years, with the option to extend for up to an additional two (2) years.

-

The Vale of Glamorgan Council requires disabled adaptation works that assist individuals to retain their independence at home. A Disabled Facilities Grant (鈥淒FG鈥) is available to assist eligible people to adapt their homes in the Vale of Glamorgan. It is subject to person and property eligibility which is assessed by the Council. The properties included in the Framework will be privately owned either by the DFG Applicant or their landlord or Council Tenants. Permission for access and to complete the works will be obtained by the Council as part of the DFG process.

-

To assist eligible people for a DFG (DFG Applicants), the Council offers a Disabled Facilities Agency Service (the Agency Service). Where DFG Applicants choose to employ the Agency Service, the Council will provide a full service in preparing plans, preparing and submitting the formal grant application, supervising works on site and certifying the works on completion. Over the last four (4) years, the Council鈥檚 Agency Service has used an Adaptations Framework working with several Suppliers to deliver the adaptation works DFG Applicants require, removing the need for each individual grant to be tendered.

-

In addition to the above, this framework may be used by the Council鈥檚, Council Housing Adaptations Team (CHAT) to support the delivery of adaptations within its council housing stock for tenants identified as requiring support to continue living independently. The Council has approximately 4,000 properties within its portfolio and the successful contractor(s) will be engaged by the Housing and Building Services Adaptations Team to deliver adaptations.

-

The following list includes examples of the type of Works that may be required.

i. Access to and from Dwelling

- External ramping, fixed and temporary

- Low threshold doorways

- Door entry systems

ii. Making dwelling safe

- Removable of trip hazards as assessed

iii. Accessing principle family room

- Widening doorways/structural openings

- Hallway alternations

iv. Accessing room for sleeping

- Altering internal room arrangements

- Through floor lift

v. Access to lavatory

- Installing specialist equipment, e.g. clos-matt

- New partitioning in existing room

vi. Access to bath/ shower

- Removing existing facilities and refitting with adapted equipment, e.g.

- Level access shower

- Specialised Shower Screen

- Thermostat control shower

- Anti-slip flooring

- Grip rails

- Specialised seats

- Specialist baths

- Creation of wet room

- Specialist Shower cubicle

- Shower/ changing tables

- Specialist W.C.

- Hoist Ceiling Rails when access between rooms are required

- Specialist drying equipment

vii. Access to hand washing facilities

- Install W.H.B in bedrooms

viii. Facilitating food preparation and cooking

- Specialist kitchen equipment

ix. Improving and providing heating

- Installing additional sources of heating

x. The 今日看料 of Extensions to house adaption which can鈥檛 be accommodated with the existing floor print of the property.

- Ground Floor bedroom

- Ground floor bathroom or w.c.

- Combination of both

- Loft conversion

II.1.5) Estimated total value

Value excluding VAT: 拢7,320,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45000000 - 今日看料 work
  • 34953000 - Access ramps
  • 39141000 - Kitchen furniture and equipment
  • 42416300 - Hoists
  • 42419500 - Parts of lift, skip hoists or escalators
  • 42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
  • 34952000 - Hydraulic-platforms hoists
  • 45211100 - 今日看料 work for houses
  • 45211300 - Houses construction work
  • 45211310 - Bathrooms construction work
  • 45211350 - Multi-functional buildings construction work
  • 45214631 - Installation works of cleanrooms
  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45400000 - Building completion work
  • 45450000 - Other building completion work
  • 45213316 - Installation works of walkways
  • 45313200 - Escalator installation work
  • 45313100 - Lift installation work
  • 45313000 - Lift and escalator installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45421110 - Installation of door and window frames
  • 45421100 - Installation of doors and windows and related components
  • 45421111 - Installation of door frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421131 - Installation of doors
  • 45421132 - Installation of windows
  • 39144000 - Bathroom furniture
  • 39715200 - Heating equipment
  • 45331100 - Central-heating installation work
  • 45453100 - Refurbishment work
  • 33196200 - Devices for the disabled
  • 39141400 - Fitted kitchens
  • 45421151 - Installation of fitted kitchens

II.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

II.2.4) Description of the procurement

The Council intends to appoint up to Four (4) Suppliers to the framework and up to Two (2) Suppliers as reserves. The suppliers will be offered work on a rotational basis with priority for the first Four (4) Suppliers.

This Framework will operate for a period of two (2) years, with the option to extend for up to an additional two (2) years.

-

The Council will follow an open procedure that comprises supplier business evaluation and tender response. Bidder鈥檚 price, quality and community benefit scores will be added together and the Bidder(s) with the highest overall total score on the lot in question up to the maximum appointed to the lot.

-

All Bidders are required to complete and submit the following (which will constitute a complete Bid response):

(1) Completed Part A 鈥 Selection Stage 鈥 Pre-Qualification Questionnaire (Part A);

(2) Completed Part B 鈥 ITT Response (Part B);

-

The first stage of the process is a selection process as set out in Appendix B in the Invitation to Tender (ITT) document. The Contracting Authority will evaluate Bidders鈥 PQQ responses to the selection questions in the PQQ (Appendix B) against the PQQ Evaluation Criteria and Weightings set out in the ITT before evaluating the ITT responses.

-

PQQ responses will be evaluated as Pass or Fail or scored out of five (5), where five is the maximum score. A minimum of 87 points will need to be achieved to qualify to the next stage. Failure to meet the mandatory requirements will result in Bidders not being considered further and their Bid rejected. Bidders that meet the mandatory requirements and have scored greater than the minimum score set out above will proceed to the second stage of the process and have their ITT submission evaluated.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 拢7,320,000

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 a further 24 months after the initial 24.

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

Please refer to the Tender Documentation.


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

Please refer to the Tender Documentation.

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

Please refer to the 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

Envisaged maximum number of participants to the framework agreement: 6

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

2 December 2024

Local time

12:00pm

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

English, Welsh

IV.2.7) Conditions for opening of tenders

Date

2 December 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The Council will review and issue any tender documentation prior to the expiry of this iteration.

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 .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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鈥檚 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:

Please refer to tender documentation

(WA Ref:145404)

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