South East and Mid Wales Collaborative Construction Framework
South East and Mid Wales Collaborative Construction Framework of pre-qualified and suitably experienced Contractors.
United Kingdom-Cardiff: Building construction work
2018/S 164-373744
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
United Kingdom
Telephone: +44 2920873701
E-mail: corporate.procurement@cardiff.gov.uk
NUTS code: UKL22
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
South East and Mid Wales Collaborative Construction Framework (SEWSCAP)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This opportunity is to establish the 3rd iteration of the South East & Mid Wales Collaborative Construction Framework of pre-qualified and suitably experienced Contractors with expertise in construction activities in relation to schools and public buildings. The Framework Contractors and Authorities will look to develop good working practices with Stakeholders across South East and Mid Wales regions to promote good practice, improve sustainability and added value through Social Value. The previous Framework was hosted by Rhondda Cynon Taf County Borough Council and has now been transferred to the County Council of the City and County of Cardiff.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 4 — VoG, Cardiff and Newport 250 000 GBP — 1 500 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services to include new build, extensions and refurbishment under traditional or design and build with all associated works between the value of 250 000 GBP and 1 500 000 GBP for Vale of Glamorgan Council, Cardiff Council, Newport Council or other Potential Employers based or operating near those areas.
It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 10 in
Addition to Lot 11.
Call-Off Contracts will be awarded by direct award below EU threshold or mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East and Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 1 – Mid Wales (Powys) 250,000GBP – 1,500,000GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services to include new build, extensions and refurbishment under traditional or design and build with all associated works between the value of 250,000GBP and 1,500,000GBP for Powys County Council and other Potential Employers based or operating in Powys.
It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 10 in addition to Lot 11.
Call-Off Contracts will be awarded by direct award below EU threshold or mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East & Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 – Torfaen, Blaenau Gwent, Monmouthshire, Caerphilly – 250,000GBP – 1,500,000GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services to include new build, extensions and refurbishment under traditional or design and build with all associated works between the value of 250,000GBP and 1,500,000GBP for Torfaen County Borough Council, Blaenau Gwent Council, Monmouthshire Council and Caerphilly Council or other Potential Employers based or operating near those areas.
It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 10 in addition to Lot 11.
Call-Off Contracts will be awarded by direct award below EU threshold or mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East & Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 – RCT, Merthyr, Bridgend – 250,000GBP – 1,500,000GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services to include new build, extensions and refurbishment under traditional or design and build with all associated works between the value of 250,000GBP and 1,500,000GBP for Rhondda Cynon Taf County Borough Council, Merthyr Tydfil Council and Bridgend County Borough Council any Participating Authorities based or operating near those areas.
It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 10 in addition to Lot 11.
Call-Off Contracts will be awarded by direct award below EU threshold or mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East & Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5 – Mid Wales (Powys ONLY) 1,500,000GBP – 5,000,000GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services to include new build, extensions and refurbishment under traditional or design and build with all associated works between the value of 1,500,001GBP and 5,000,000GBP for Powys County Council or Potential Employers based or operating near those areas.
It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 10 in addition to Lot 11.
Call-Off Contracts will be awarded by direct award below EU threshold or mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East & Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 6 – All – 1,500,000GBP – 3,000,000GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services to include new build, extensions and refurbishment under traditional or design and build with all associated works between the value of 1,500,001GBP and 3,000,000GBP for any Potential Employer.
It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 10 in addition to Lot 11.
Call-Off Contracts will be awarded by direct award below EU threshold or mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East & Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 7 – All – 3,000,000GBP – 5,000,000GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services to include new build, extensions and refurbishment under traditional or design and build with all associated works between the value of 3,000,001GBP and 5,000,000GBP for any Potential Employer.
It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 10 in addition to Lot 11.
Call-Off Contracts will be awarded by direct award below EU threshold or mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East & Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 8 – All – 5,000,000GBP – 10,000,000GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services to include new build, extensions and refurbishment under traditional or design and build with all associated works between the value of 5,000,001GBP and 10,000,000GBP for any Potential Employer.
It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 10 in addition to Lot 11.
Call-Off Contracts will be awarded by mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East & Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 9 – All – 10,000,000GBP – 25,000,000GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services to include new build, extensions and refurbishment under traditional or design and build with all associated works between the value of 10,000,001GBP and 25,000,000GBP for any Potential Employer.
It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 10 in addition to Lot 11.
Call-Off Contracts will be awarded by mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East & Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 10 – All – 25,000,000GBP – 100,000,000GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services to include new build, extensions and refurbishment under traditional or design and build with all associated works between the value of 25,000,001GBP and 100,000,000GBP for any Potential Employer.
It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 10 in addition to Lot 11.
Call-Off Contracts will be awarded by mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East & Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 11 – Demountable, Temporary Building (Hire or Purchase) up to 10,000,000GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Construction services for demountable, temporary building hire or purchase with associated works and the option of design support between the value of 0GBP and 100,000,000GBP for any Potential Employer.
Lot 11 is principally intended to be employed where the project and its objective
Is principally served by bringing to site and erecting (on purchase or hire basis) modular /demountable buildings.
Call-Off Contracts will be awarded by direct award below EU threshold or mini-tender.
Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated that The South East & Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
In accordance with the Framework Social Value Charter as well as meeting Employers Project Specific Requirements at Call-Off.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
It is anticipated that The South East and Mid Wales Collaborative Construction (SEWSCAP) Framework will be renewed.
VI.2)Information about electronic workflows
VI.3)Additional information:
Please ensure Expressions of interest are made within the Proactis Portal to receive the PQQ documentation and all clarifications are submitted via the ‘messages’ within the Proactis Portal.
The following Contracting Authorities (Potential Employers) (including any successor to any of them in the exercise of their statutory or public functions) may enter into Call-Off Contracts with the Contractor under this Framework:
— Blaenau Gwent County Borough Council,
— Bridgend County Borough Council,
— The County Council of the City of Cardiff Council,
— Caerphilly County Borough Council,
— Monmouthshire County Council,
— Merthyr Tydfil County Borough Council,
— Neath Port Talbot County Borough Council,
— Newport City Council,
— Pembrokeshire County Council,
— Powys County Council,
— Rhondda Cynon Tâf County Borough Council,
— Torfaen County Borough Council,
— Vale of Glamorgan Council; and
— The Roman Catholic Archdiocese of Cardiff, the Monmouth Diocesan Trust, the Church in Wales Diocese of Llandaff, Coleg y Cymoedd and Gower College Swansea.
In addition, the following contracting authorities may also utilise this Agreement:
— Welsh Government and its sponsored bodies and legal entities (including companies) owned or controlled by it (for example (but without limitation) Transport for Wales, Natural Resources Wales, the National Library of Wales and Cardiff Airport). A list of the bodies falling within this category may be found at https://gov.wales/topics/improvingservices/devolution-democracy-delivery/register-of-public-bodies/?lang=en
— Welsh Higher Education bodies as described at http://www.wales.com/study/universities-wales
— Welsh Further Education Colleges as described at http://www.collegeswales.ac.uk/Find-a-College
— NHS Local Health Boards and NHS Trusts in Wales
— Welsh Housing Associations/registered social landlords as described at http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
— Welsh Local Authorities as described at: http://gov.wales/topics/localgovernment/unitary-authorities/?lang=en
— Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools),
— HM Inspectorate of Schools in Wales (Estyn).
— The following central government departments, to the extent that they are based in or operate in Wales:
—— Cabinet Office,
—— Wales Office,
—— Department for Business, Energy and Industrial Strategy,
—— Ministry of Housing, Communities and Local Government,
—— Department for Digital, Culture Media and Sport,
—— Department for Education,
—— Department for Environment, Food and Rural Affairs,
—— Department for Transport,
—— Department for Work and Pensions,
—— Department of Energy and Climate Change,
—— Department of Health and Social Care,
—— HM Treasury,
—— Home Office,
—— Ministry of Justice,
—— Ministry of Defence.
— Agencies or sponsored bodies of the above central government bodies, to the extent that they are based in or operate in Wales, including (but not limited to):
—— Office of National Statistics,
—— Defence Support Group,
—— Royal Mint,
—— Crown Commercial Service,
—— Driver and Vehicle Licensing Agency (DVLA),
—— Maritime and Coastguard Agency.
This framework may also be used by:
— joint ventures or collaborations between Welsh Local Authorities or any combination of the bodies listed above; or
— any successors to any of the above bodies in the exercise of their statutory or public functions, including (without limitation), by reason of abolition, merger, boundary change, replacement or otherwise.
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=84458.
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
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:
In accordance with the Framework Social Value Charter as well as meeting Employers Project Specific Requirements at Call-Off.
(WA Ref:84458)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
United Kingdom
Telephone: +44 2920873701Internet address: www.cardiff.gov.uk
VI.5)Date of dispatch of this notice: