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

Maintenance of Pumping Station Assets.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

City and County of Swansea
Room 3.2.7, Civic Centre
For the attention of: Mike Sweeney
SA1 3SN Swansea
UNITED KINGDOM
Telephone: +44 1792635363

Internet address(es):

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

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0254

Electronic access to information: www.etenderwales.bravosolution.co.uk

Electronic submission of tenders and requests to participate: www.etenderwales.bravosolution.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Environment
Economic and financial affairs
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Maintenance of Pumping Station Assets.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Various in Swansea.

NUTS code UKL18

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The council is currently responsible for a number of pumping station installations within its boundaries. This number will vary as new assets are added and where a case is made for discontinuation.

Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=37874

II.1.6)Common procurement vocabulary (CPV)

50511000

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: no
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 per annum 99 300.
II.2.2)Information about options
Options: yes
Description of these options: 2 years with an option to extend up to 2 years.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender documentation.
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: See tender documentation.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See tender documentation.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
See tender documentation.
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:
CCS/15/060
IV.3.2)Previous publication(s) concerning the same contract
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
8.1.2016 - 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
IV.3.8)Conditions for opening of tenders
Date: 8.1.2016 - 12:00

Place:

Civic Centre.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Commercial and Commissioning Team.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years.
VI.2)Information about European Union funds
VI.3)Additional information
1. Register your company on the eTenderWales portal (this is only required once):

- Navigate to the portal: http://etenderwales.bravosolution.co.uk

- Click the ‘Suppliers register here’ link.
- Enter your correct business and user details.
- Note the username you chose and click ‘Save’ when complete.
- You will shortly receive an e-mail with your unique password (please keep this secure).
- Agree to the terms and conditions and click ‘continue’.
2. Express an interest in the project:
- Login to the portal with your username/password.
- Click the ‘ITTs Open to All Suppliers’ link (these are the ITTs open to any registered supplier).
- Click on the relevant ITT to access the content.
- Click the ‘Express Interest’ button in the ‘Actions’ box on the left-hand side of the page.
- This will move the ITT into your ‘My ITTs’ page (this is a secure area reserved for your projects only).
- Click on the ITT code. You can now access any attachments by clicking the ‘Settings and Buyer Attachments’ in the ‘Actions’ box.
3. Responding to the invitation to tender:
- You can now choose to ‘Reply’ or ‘Reject’ (please give a reason if rejecting).
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification.
- Note the deadline for completion, then follow the onscreen instructions to complete the ITT.
- There may be a mixture of online and offline actions for you to perform (there is detailed online help available).
If you require any further assistance use the online help. Alternatively, the BravoSolution helpdesk can be contacted (Monday to Friday, 8:00 to 18:00) on:

- E-mail:

- Phone: +44 8003684850
The Supplier Development Service provides ‘free’ practical assistance to small and medium-sized businesses in Wales to help understand the procurement process, and provide hints/tips/guidance on how to tender for opportunities.
‘For help and guidance please contact Business Wales Tender Support on +44 3000603000’.
(WA Ref:37874).
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:
Community benefits.
The City and County of Swansea has developed an initiative, ‘Beyond Bricks & Mortar’, as a means of tackling poverty and promoting inclusion, and has been developed to create an impact on deprivation by addressing the need for more training and job placement opportunities for the economically inactive and unemployed, leading to longer term sustainable jobs. Contractors are requested to participate in this initiative.
Recruitment and Apprentices.
Every vacancy on site is to be notified to the Beyond Bricks and Mortar Team (BB&M;) at least 5 working days prior to any recruitment process being commenced and candidates identified by BB&M; are to have equality of opportunity in the selection process. Beyond Bricks and Mortar can assist in filling vacancies outside of the contract and any filled in this way will be credited as a community benefit output.
Any apprentices required by the company can be sourced through Beyond Bricks and Mortar and will be credited as a community benefit output.
The company can make use of the shared apprenticeship scheme, Cyfle, through Beyond Bricks and Mortar and will be credited as a community benefit output.
Unwaged Work Experience.
The contractor may be requested to undertake unwaged work experience opportunities as part of this contract.
Contacts.
Beyond Bricks and Mortar Team (BB&M;) based at Civic Centre, Oystermouth Rd, Swansea SA1 3SN:

Sue Woodward

Clair Lewis-Hopkins

Helen Beddow

Tel: +44 1792637243 / 637214.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Legal Democratic Services
Legal, Democratic Services and Procurement, Civic Centre, Oyster mouth Road
SA1 3SN Swansea
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: The Council 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 will extend to 15 calendar days for communication by non-electronic means. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made. Should additional information be required it should be requested of the addressee in section I.1. If an appeal regarding the award of the 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 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). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Council to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Council to pay a civil financial penalty, and/or order that the duration of the contract be shortened. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Council has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Legal Democratic Services
Legal, Democratic Services and Procurement, Civic Centre, Oyster mouth Road
SA1 3SN Swansea
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
4.12.2015