Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Council Offices
Council Offices
Llangefni
LL77 7TW
UK
Contact person: Cynthia Francis
E-mail: cynthiafrancis@anglesey.gov.wales
NUTS: UKL11
Internet address(es)
Main address: https://www.anglesey.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0369
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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales/
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://www.sell2wales.gov.wales/
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
Isle of Anglesey County Council Housing Refurbishment Programme
II.1.2) Main CPV code
45453000
II.1.3) Type of contract
Works
II.1.4) Short description
A programme of planned refurbishment works to various residential properties to maintain the condition of the Authority's housing stock to the Welsh Housing Quality Standard 2023.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45211000
45300000
45421151
45211310
45451000
75200000
50800000
II.2.3) Place of performance
NUTS code:
UKL11
II.2.4) Description of the procurement
The Authority completed an extensive programme of internal refurbishment works between 2008 and 2013 that successfully brought the housing stock up to a condition that met the Welsh Housing Quality Standard (‘the WHQS’). Kitchens fitted as part of that programme have started to reach the end of their 15 year lifecycle as defined by the WHQS. Those installed in 2008/09 are due to be replaced from 2024/25 with the remainder to follow over the next five to seven years. The scope of work required to meet the standards set out in the new WHQS (‘the WHQS 2023’) will focus primarily on kitchen replacements but will include some bathrooms on an as required basis, general electrical upgrades, humidity fans in kitchens and bathrooms, the installation of Positive Input Ventilation (‘PIV’) systems where none are currently fitted, and some heating upgrades. Works will be allocated to two geographical areas. The Authority will appoint one Contractor for each Area. No Contractor will be awarded more than one Area.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Possibility for a two year extension.
II.2.9) Information about the limits on the number of candidates to be invited
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 Authority wishes to support people who are in unemployed and small and medium enterprises to ensure that there is specific capacity to deliver the service it requires and promote sustainability through its procurement. Therefore this contract may contain community benefit clauses as allowed within Regulations 67and 70 of the Public Contracts Regulations 2015.
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
Performance conditions against Key Performance Indicators are stated in the 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.1.8) Information about 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:
09/08/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/08/2024
Local time: 12:00
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=142742.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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:
Please see action point 8 within the invitation to tender document
(WA Ref:142742)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
05/07/2024