By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

South West Wales Regional Contractors Framework.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Carmarthenshire County Council
County Hall
Contact point(s): Environment Department
For the attention of: Jason Jones
SA31 1JP Carmarthen
UNITED KINGDOM
Telephone: +44 1267228268
E-mail:

Internet address(es):

General address of the contracting authority: www.carmarthenshire.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0281

Further information can be obtained from: Carmarthenshire County Council
UNITED KINGDOM
E-mail:
Internet address: www.carmarthenshire.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Carmarthenshire County Council
UNITED KINGDOM
E-mail:
Internet address: www.carmarthenshire.gov.uk

Tenders or requests to participate must be sent to: Carmarthenshire County Council
County Hall
Contact point(s): Environment Department
For the attention of: Jason Jones
SA31 1JP Carmarthen
UNITED KINGDOM

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Pembrokeshire County Council

Neath Port Talbot County Borough Council

City and County of Swansea Council

Ceredigion County Council

Mid and West Wales Fire and Rescue Services

Dyfed Powys Police

University of Wales Trinity St Davids

Aberystwyth University

National Library of Wales

Coleg Sir Gar

Coleg Ceredigion

Pembrokeshire College

Neath College/Neath Port Talbot College

Gower College

Swansea Metropolitan University

Diocese of Brecon and Swansea

Diocese of Llandaff

Diocese of Minervia

Diocese in Ceredigion Church of Wales

Diocese in Ceredigion Catholic Church

Bro Myrddin Housing Association

Tai Ceredigion

Coastal Housing Group

Neath Port Talbot Leisure Ltd

Llanelli Rural Council

Pembrokeshire Coast National Park

National Botanic Garden of Wales

Any wholly owned trading subsidiary of any of the Employer or Other Participating Authorities which may be set up from time to time

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
South West Wales Regional Contractors Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Various locations within Carmarthenshire, Pembrokeshire, Ceredigion, Neath Port Talbot and Swansea.

NUTS code UKL14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 84

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 850 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
A framework of pre-qualified and suitably experienced contractors to enable participating local authorities and other organisations to instruct design and construction activities. The contracts allocated under the framework may included refurbishments, new build and may involve single and multiple site projects including groups involving more than one client authority or organisation. The framework will be divided into lots to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.
Continuous improvement and collaboration measurement by key performance indicators are likely to be features of the framework.
The participating authorities and other organisations are committed to contributing to the social, economic and end environmental well being of the wider community. Accordingly the successful contractors will be expected to meet the community benefits clause within the tender documents.
II.1.6)Common procurement vocabulary (CPV)

45000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 850 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 3 Lot title: Lot 3 - Neath Port Talbot (1-1 000 000 GBP)
1)Short description
Construction Work to be undertaken within Neath Port Talbot.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of 1-1 000 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Lot 4 - Pembrokeshire (1-1 000 000 GBP)
1)Short description
Construction Work to be undertaken within Pembrokeshire.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of 1-1 000 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Lot 5 - Swansea (1-1 000 000 GBP)
1)Short description
Construction Work to be undertaken within Swansea.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of GBP 1-1 000 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Lot 8 - East Region (3 500 000-7 500 000 GBP)
1)Short description
Construction Work to be undertaken within the Neath Port Talbot and Swansea.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of 3 500 000-7 500 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 1 Lot title: Lot 1 - Carmarthenshire (1-1 000 000 GBP)
1)Short description
Construction Work to be undertaken within Carmarthenshire.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of 1-1 000 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2 - Ceredigion (1-1 000 000 GBP)
1)Short description
Construction Work to be undertaken within Ceredigion.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of 1-1 000 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Lot 6 - East Region (1 000 000-3 500 000 GBP)
1)Short description
Construction Work to be undertaken within the Neath Port Talbot and Swansea.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of 1 000 000-3 500 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Lot 7 - West Region (1 000 000-3 500 000 GBP)
1)Short description
Construction Work to be undertaken within the Carmarthenshire, Pembrokeshire and Ceredigion.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of 1 000 000-3 500 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Lot 9 - West Region (3 500 000- 7 500 000 GBP)
1)Short description
Construction Work to be undertaken within the Carmarthenshire, Pembrokeshire and Ceredigion.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of 3 500 000- 7 500 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: Lot 10 - East Region (7 500 000-15 000 000 GBP)
1)Short description
Construction Work to be undertaken within the Neath Port Talbot and Swansea.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of 7 500 000-15 000 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 11 Lot title: Lot 11 - West Region (7 500 000-15 000 000 GBP)
1)Short description
Construction Work to be undertaken within the Carmarthenshire, Pembrokeshire and Ceredigion.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work between the value of 7 500 000-15 000 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 12 Lot title: Lot 12 - All Counties (over 15 000 000 GBP)
1)Short description
Construction Work to be undertaken within all counties.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope
Construction Work above the value of 15 000 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed within the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of suppliers winning the contract the council will require each supplier in the group to become joint or severally responsible before acceptance.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met:
"Candidates will be required to provide evidence as specified in Article 58 (4)

http://eur-lex.europa.eu/legal-content/EN/TXT/PDF/?uri=CELEX:32014L0024&from;=EN

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met:
"Candidates will be required to provide evidence as specified in Article 58 (3)

http://eur-lex.europa.eu/legal-content/EN/TXT/PDF/?uri=CELEX:32014L0024&from;=EN

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met:
"Candidates will be required to provide evidence as specified in Article 58 (4)

http://eur-lex.europa.eu/legal-content/EN/TXT/PDF/?uri=CELEX:32014L0024&from;=EN

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2014/S 245-430978 of 19.12.2014

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
18.8.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 19.8.2015 - 12:00

Place:

To be opened by officers of the Authority at County Hall, Carmarthen.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: To be considered at a later date.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Certain project projects from this framework will be subject to EU Funding streams and will conform to the relevant funding conditions.
VI.3)Additional information

The tender documents are available via . The access to these documents is unrestricted and free of charge. In accordance with Regulation 22(3a) the system allows access to all file formats contained within the tender documents.

The magnitude of each lot is speculative and the authority does not hold the total value for each lot. The call off contracts for each lot will be between the lot values.
There is a restriction on the number of lots a tendering organisation can apply for:
Lots 1 to 5
Tenderers can submit up to 5 tender submissions for lots 1 to 5. All bidders are only permitted one bid per lot and are not permitted to bid for the same lot:
as both a separate bidding entity and also as a member of a proposed consortium;nor as a member of two separate proposed consortia
Lots 6 to 12
Tenderers can submit up to 4 tender submissions for lots 6 to 12. The submitted lots must be in adjacent value bands (see table in the tender documents for further information). All bidders are only permitted one bid per lot and are not permitted to bid for the same lot:
as both a separate bidding entity and also as a member of a proposed consortium;nor as a member of two separate proposed consortia
(WA Ref:28912)
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:
The participating authorities and other organisations endeavour to achieve sustainable development outcomes from all activities and are committed to contributing to the social, economic and environmental well-being of the wider community. The successful contractor(s) will be expected to pursue Community Benefits through the delivery of this framework. In particular the expectation will be on targeted recruitment and training, to develop supply chain opportunities, community and educational initiatives accordingly.
Specific requirements will be detailed within the tender documents and subsequent call off’s.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In order to comply with the Public Contracts Regulations 2015 this authority 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 allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee detailed above. If an appeal regarding the award of a 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 a 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 beginning with the date when the tenderer first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.6.2015