Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

New Build and Development Framework

  • First published: 05 February 2015
  • Last modified: 05 February 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-022448
Published by:
Trivallis
Authority ID:
AA0787
Publication date:
05 February 2015
Deadline date:
25 March 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Successful bidders will be appointed to a framework agreement for the construction of new build residential and mixed use homes including retail, refurbishment, extension and extra care homes together with ancillary works associated with these works such as landscaping and demolition. The framework will be for a term of four years and split into four lots based on work values. Bidders will not be permitted to submit a response for all four lots. The intention is to appoint 5 primary contractors to the framework per lot. In addition, three supplementary contractors will be appointed to each lot in a reserve capacity. The additional three contractors will only be permitted to take part in a mini-tender when one of the five appointed contractors is unable to tender to provide the necessary services. The circumstances when any of these supplementary contractors will be called upon will be set out within the tender documents. The ITT stage of the tender process will include a submission for a live project for lots 2, 3 and 4. This live project will be awarded to the highest scoring contractor within the lot in accordance with its submission. Lot 1 will contain an example scheme rather than a live project and therefore no project will be directly awarded from the ITT for Lot 1. All subsequent work (from all lots) awarded under the framework will be put out to mini-competition. CPV: 45000000, 45100000, 45210000, 45300000, 45400000, 45211300.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK

Robin Huw Roberts

+44 1443494400



www.rcthomes.co.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0787

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Yes

NPT Homes

Bron Afon

Newydd Housing Association

Coastal Housing Group

Cynon Taff Housing Association

Cadwyn Housing Association

Merthyr Valley Homes

Seren Group

Monmouthshire Housing

All other registered social landlords within Wales

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

New Build and Development Framework

II.1.2(a))

Type of works contract

Checked box Unchecked box
Unchecked box

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

South and Mid Wales



UKL

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

32

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

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

100000000150000000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Successful bidders will be appointed to a framework agreement for the construction of new build residential and mixed use homes including retail, refurbishment, extension and extra care homes together with ancillary works associated with these works such as landscaping and demolition.

The framework will be for a term of four years and split into four lots based on work values. Bidders will not be permitted to submit a response for all four lots. The intention is to appoint 5 primary contractors to the framework per lot. In addition, three supplementary contractors will be appointed to each lot in a reserve capacity. The additional three contractors will only be permitted to take part in a mini-tender when one of the five appointed contractors is unable to tender to provide the necessary services. The circumstances when any of these supplementary contractors will be called upon will be set out within the tender documents.

The ITT stage of the tender process will include a submission for a live project for lots 2, 3 and 4. This live project will be awarded to the highest scoring contractor within the lot in accordance with its submission. Lot 1 will contain an example scheme rather than a live project and therefore no project will be directly awarded from the ITT for Lot 1. All subsequent work (from all lots) awarded under the framework will be put out to mini-competition.

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=22448

II.1.6)

Common Procurement Vocabulary (CPV)

45000000
45100000
45210000
45300000
45400000
45211300

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

It is estimated that the total potential value for orders could be between GBP 100 million to GBP 150 million over the term of the framework, however the volume of work cannot be guaranteed.

For the purpose of this contract notice and any subsequent contracts arising from it, the contracting authority will act as a central purchasing body. It is anticipated that a significant number of Registered Social Landlords in Wales, may, if they wish to do so, utilise the Framework Agreement. Such organisations include (but will not be limited to) NPT Homes, Bron Afon, Newydd Housing Association, Coastal Housing Group, Cynon Taff Housing Association, Cadwyn Housing Association, Merthyr Valley Homes, Seren Group and Monmouthshire Housing together with all other Housing organisations registered in the Housing sector in Wales. Details of Welsh public sector organisations can be found at www.sell2wales.co.uk under the Housing sector.

100000000150000000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

One of the following may be requested in relation to call off contracts under the framework:

a) a parent company guarantee;

b) a performance guarantee bond;

c) bank guarantee; or

d) advance payment bond

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Outlined in the tender documentation

III.2.2)

Economic and financial capacity


Outlined in the tender documentation




III.2.3)

Technical capacity


Outlined in the tender documentation




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

2032

Objective criteria for choosing the limited number of candidates

Detailed in the PQQ documentation.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 25-03-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 06-05-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:22448)

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:

Detailed in the tender documentation.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

RCT Homes 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. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such information should be requested from Robin Huw Roberts (contact details stated within this notice).

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 05-02-2015

ANNEX B

Information About Lots

1     Minor Works - Up to GBP 600,000

1)

Short Description

Works within the stated range of value.

2)

Common Procurement Vocabulary (CPV)

45210000

3)

Quantity or scope

Contracts of up to GBP 600,000


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Works - GBP 600,000 - GBP 2.5 Million

1)

Short Description

Works within the stated value range.

2)

Common Procurement Vocabulary (CPV)

45210000

3)

Quantity or scope

Contracts within the stated value range.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Works - GBP 2.5 Million - GBP 5 Million

1)

Short Description

Works within the stated value range.

2)

Common Procurement Vocabulary (CPV)

45210000

3)

Quantity or scope

Contracts within the value range.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Works - GBP 5 Million and Over

1)

Short Description

Works within the stated value range.

2)

Common Procurement Vocabulary (CPV)

45210000

3)

Quantity or scope

Contracts within the value range.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45211300 Houses construction work Construction work for multi-dwelling buildings and individual houses
45100000 Site preparation work Construction work

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
05 February 2015
Deadline date:
25 March 2015 00:00
Notice type:
Contract Notice
Authority name:
Trivallis
Publication date:
30 October 2015
Notice type:
Contract Award Notice
Authority name:
Trivallis

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.