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

Contract For Refurbishment at Wrexham

  • First published: 24 October 2023
  • Last modified: 24 October 2023

Contents

Summary

OCID:
ocds-kuma6s-135787
Published by:
Careers Wales
Authority ID:
AA0504
Publication date:
24 October 2023
Deadline date:
24 November 2023
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

We are inviting tenders to appoint a main contractor to carry out the following works at our Wrexham office: • Rectification of the loft insulation to a continuous, uninterrupted depth of at least 200mm throughout the building, a further 100mm of mineral wool should be laid perpendicular to the existing to give a total depth of 300mm. attention should be given to joining the loft insulation with wall insulation installed, to form a continuous insulated envelope, as part of any future retrofit design. Access throughout the loft space should be enabled and any missing sections of loft insulation should be rectified. Note that all mineral wool should be installed beneath the existing electrical cables so any heat can dissipate into the loft space. The clear airflow pathways into the loft space at the eaves should be maintained to prevent moisture affecting the roof timbers • Installation of a full mechanical ventilation with heat recovery (MVHR) system installed above the suspended ceiling on each storey prior to installation of window replacement. • Replacement of current windows and external doors with energy efficient higher g value glazing windows throughout the building . • Existing gas heating system to be replaced with an all-electric heat pump system. This would effectively mean expanding the current strategy of using split unit air conditioning for cooling, using reversible heat pumps to provide adequate heating. • Replacement of water heaters in the kitchen and wcs • A full MCS compliant solar PV system . No claims from the contractor for additional payment will be allowed on the grounds of any misunderstanding in respect of matters arising from failure to evaluate local conditions. The price offered by the Applicant will be firm and fixed for the duration of the contract. 1. Tenders for this work can be submitted in Welsh 2. Tenders submitted in Welsh will not be treated less favourably than those submitted in English. 3. The closing dates for the Tender will be the same for those submitted in Welsh and English 4. The timetable for responding to the bids in Welsh will be the same as those submitted in English

Full notice text

CONTRACT NOTICE – NATIONAL

WORKS

1 Authority Details

1.1

Authority Name and Address


Careers Wales

Unit 4 Churchill house, 17 Churchill Way,

CARDIFF

CF10 2HH

UK

Mr Paul Powell

+44 3001323833


http://www.careerswales.gov.wales
http://www.sell2wales.gov.wales
http://www.sell2wales.gov.wales

1.2

Address from which documentation may be obtained


Careers Wales

Unit 4 Churchill House, 17 Churchill Way,

CARDIFF

CF10 2HH

UK


+44 3001323833


http://www.careerswales.gov.wales

1.3

Completed documents must be returned to:


Careers Wales

Unit 4 Churchill House, 17 Churchill Way,

CARDIFF

CF10 2HH

UK


+44 3001323833


http://www.careerswales.gov.wales

2 Contract Details

2.1

Title

Contract For Refurbishment at Wrexham

2.2

Description of the goods or services required

We are inviting tenders to appoint a main contractor to carry out the following works at our Wrexham office:

• Rectification of the loft insulation to a continuous, uninterrupted depth of at least 200mm throughout the building, a further 100mm of mineral wool should be laid perpendicular to the existing to give a total depth of 300mm. attention should be given to joining the loft insulation with wall insulation installed, to form a continuous insulated envelope, as part of any future retrofit design. Access throughout the loft space should be enabled and any missing sections of loft insulation should be rectified. Note that all mineral wool should be installed beneath the existing electrical cables so any heat can dissipate into the loft space. The clear airflow pathways into the loft space at the eaves should be maintained to prevent moisture affecting the roof timbers

• Installation of a full mechanical ventilation with heat recovery (MVHR) system installed above the suspended ceiling on each storey prior to installation of window replacement.

• Replacement of current windows and external doors with energy efficient higher g value glazing windows throughout the building .

• Existing gas heating system to be replaced with an all-electric heat pump system. This would effectively mean expanding the current strategy of using split unit air conditioning for cooling, using reversible heat pumps to provide adequate heating.

• Replacement of water heaters in the kitchen and wcs

• A full MCS compliant solar PV system

. No claims from the contractor for additional payment will be allowed on the grounds of any misunderstanding in respect of matters arising from failure to evaluate local conditions. The price offered by the Applicant will be firm and fixed for the duration of the contract.

1. Tenders for this work can be submitted in Welsh

2. Tenders submitted in Welsh will not be treated less favourably than those submitted in English.

3. The closing dates for the Tender will be the same for those submitted in Welsh and English

4. The timetable for responding to the bids in Welsh will be the same as those submitted in English

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=135787.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.

2.3

Notice Coding and Classification

45000000 Construction work
45100000 Site preparation work
45200000 Works for complete or part construction and civil engineering work
45300000 Building installation work
45400000 Building completion work
45500000 Hire of construction and civil engineering machinery and equipment with operator
100 UK - All
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

2.4

Total quantity or scope of tender

Tendering Terms

1.1 It will be necessary to ensure that insurance is in place as follows:

Public Liability Insurance _ _ _ _ _ _ _ _ _ _ _ _ _ _ £5,000,000

Employer Liability Insurance _ _ _ _ _ _ _ _ _ _ _ _ £5,000,000

Product Liability Insurance -------------------------------- £5,000,000

1.2 These instructions are designed to ensure clarity and that all Tenderers are given equal and fair consideration.

1.3 Set out below is the proposed procurement timetable that is intended as a guide and although it is not intended to depart from this it reserves the right to do so at any stage.

Invitation date 24/10/2023

Latest date of clarification questions 31/10/2023

Closing date and receipt of tender 24/11/2023

Evaluation and notification of appointment 27/11/2023

Commencement date of appointment Early December

1.4 All unsuccessful Tenderers will be provided with an “unsuccessful email” notifying them of the outcome of the evaluation exercise and the name of the successful tenderer/s.

1.5 In connection with the service, price and quality will be taken into consideration and the tenderer with the highest mark in each area will be awarded the contract.

1.6 Any Tenderer who: fixes or adjusts the amount of its Tender by or in accordance with any agreement or arrangement with any other party; or communicates to any party other than the client or, as applicable, relevant OCB the amount or approximate amount of its proposed Tender or information which would enable the amount or approximate amount to be calculated (except where such disclosure is made in confidence in order to obtain quotations necessary for the preparation of the Tender or insurance or any necessary security); or enters into any agreement or arrangement with any other party that such other party shall refrain from submitting a Tender; or enters into any agreement or arrangement with any other party as to the amount of any Tender submitted; or offers or agrees to pay or give or does pay or give any sums of money, inducement or valuable consideration directly or indirectly to any party for doing or having done or causing or having caused to be done in relation to any other Tender or proposed Tender, any act or omission, shall (without prejudice to any other civil remedies available to the client and without prejudice to any criminal liability which such conduct by a Tenderer may attract) be disqualified.

1.7 Any Tender received at the designated place after 12 noon on 27/11/2023 may be rejected unless the Tenderer can provide irrefutable evidence that the Tender was capable of being recovered by the due date and time.

1.8 CCDG reserves the right to reject or disqualify a Tenderer where:

1.8.1 the tender is submitted late, is completed incorrectly, is incomplete or fails to meet the CCDG's submission requirements.

1.8.2 the Tenderer is guilty of serious misrepresentation in relation to its application and / or the process; and / or

1.8.3 the Tenderer contravenes any of the terms and conditions of this tender; and/or

1.8.4 there is a change in identity (including where applicable the make up of consortia), control, financial standing or other factor impacting on the evaluation process affecting the Tenderer; and/or

1.8.5 where the pricing of a tender is abnormally low

1.9 The disqualification of a Tenderer will not prejudice any other civil remedies available to CCDG and will not prejudice any criminal liabilities that such conduct by a Tenderer may attract.

1.10 CCDG further reserves the right to:

1.10.1 cancel the tender process at any stage for any reason;

1.10.2 require a Tenderer to clarify their submission in writing or by means of a clarification meeting and / or provide additional information. (Failure to respond adequately may result in the disqualification of a Tenderer);

1.10.3 amend the terms and conditions of the tender process; and/or

1.10.4 award only part of the contract.

1.11 CCDG reserves the right to withdraw from the tendering process at any stage or to vary the scope of the Products required and CCDG shall not be liable to any Tenderer as a result of this action. In the event that the tender process is cancelled no part of the tender submitted shall be returned to the Tenderer.

1.12 Tenderers acknowledge and agree by their submission that their tender remains open for acceptance by CCDG for six months from the closing date for receipt of tenders.

Communication

1.13 All contact must be made through Dean Watkins who will facilitate appropriate contact with other relevant persons. Contact should be made by email to dean.watkins@careerswales.gov.wales.

1.14 Tenderers must not in any way canvass or solicit information from any other employee of CCDG or its agents and / or advisers.

Clarification

1.15 Should any Tenderer wish to raise any questions or obtain any further information not contained in the tender or not otherwise publicly available all questions / requests must be submitted via the sell2wales website.

1.16 If a question or request for clarification or further information is not made by the date referred to in section 1.8, CCDG reserves the right not to respond but may, at its own discretion, endeavour to respond to the Tenderer and provide the Tenderer with any additional information to which CCDG has access, but CCDG shall not be obliged to comply with any such request and does not accept any liability or responsibility for failure to provide any such information.

1.17 CCDG will endeavour to respond to queries within seven working days and will advise Tenderers if a longer response time is required due to the nature of the query.

1.18 Tenderers are encouraged to identify issues on which they would like clarification as early as possible in the tendering process and must raise a clarification if any aspect of this tender is not clear to the Tenderer.

Right to Amend

1.19 CCDG reserves the right to issue supplementary documentation at any time during the process in order to clarify any issue or amend any aspect of the tender. All such further documentation issued by CCDG during the tendering process shall be deemed to form part of the tender and shall supersede any part of the tender to the extent indicated. CCDG may exercise the option to extend the tender period and postpone the tender return date, in the event that subsequent documentation is issued or for any other reason.

Confidentiality

1.20 Save as specified below, CCDG and its advisors will keep confidential the tenders and any other information supplied by Tenderers during the tendering process and will use best endeavours to prevent any disclosures by their officers and employees.

1.21 Tenderers must be aware that at key stages in the project CCDG may be obliged to disclose detailed information relating to Tenders to relevant monitoring authorities and to make the key project documents available for private inspection by such authorities.

1.22 Whilst CCDG will be reasonable as regards the protection of commercially sensitive information, it can only do so in the light of the latest published guidance on this area.

Freedom of Information and Environmental Information Statement

1.23 CCDG is subject to The Freedom of Information Act 2000 (“Act”) and The Environmental Information Regulations 2004 (“EIR”).

1.24 As part of CCDG’s duties under the Act or EIR, it may be required to disclose information concerning the procurement process or the Contract to anyone who makes a request.

1.25 If the Tenderer considers that any of the information provided in their tender is commercially sensitive (meaning it could reasonably cause prejudice to the Tenderer if disclosed to a third party) then it should be clearly marked as "Not for disclosure to third parties” together with valid reasons in support of the information as being exempt from disclosure under the Act and the EIR.

1.26 CCDG will endeavour to consult with the Tenderer and have regard to comments and any objections before it releases any information to a third party under the Act or the EIR. However CCDG shall be entitled to determine in its absolute discretion whether any information is exempt from the Act and/or the EIR, or is to be disclosed in response to a request of information. CCDG must make its decision on disclosure in accordance with the provisions of the Act or the EIR and can only withhold information if it is covered by an exemption from disclosure under the Act or the EIR.

No re-submissions

1.27 Tenderers are reminded of the requirement that their submissions represent the views of all members of the Tenderer consortium (if any) and their subcontractors and Tenderers will not be allowed to resubmit key areas of their proposals at later stages of the tender process.

Canvassing and non-collusion

1.28 Except as specifically authorised by CCDG, Tenderers shall not approach any other Tenderer or member of CCDG’s staff with a view to seeking information in respect of any part of their submission or proposals or attempting to support or enhance their prospects of their tender being selected.

1.29 Any collusion between Tenderers, combining of Tenderers or transfer of any equity partner, development manager, advisor or subcontractor from one Tenderer to another may lead to the exclusion of the Tenderers involved at the discretion of CCDG.

1.30 Tenderers are required to return the Form Of Tender, Certificate of Non-canvassing and Non-collusive Tendering as set out in Appendices 1, 2 and 3 .

Costs

1.31 All Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their tender and the tendering process. Under no circumstances will CCDG, or any of its advisers, be liable for any costs or expenses borne by the Tenderer or any of its consortium members, subcontractors or advisers in this process or for any economic loss or other loss of profit incurred by any Tenderer in relation to the project.

Compliance with Legislation

1.32 Tenderers are deemed to understand fully the processes that CCDG is required to follow under relevant European and UK legislation, particularly in relation to The Public Contracts Regulations 2015.

1.33 Compliance with all relevant legislation is required both in the contract award procedure and during the term of any resultant contract

Jurisdiction and governing laws

1.34 All aspects of the tendering process shall be governed by and construed in accordance with the laws of England and Wales as applied in Wales and each Tenderer submits to the jurisdiction of the English and Welsh courts.

Disclaimer

1.35 None of CCDG, its advisors, or directors, officers, members, partners, employees, other staff, agents or advisers of any such person:

1.35.1 makes any representation or warranty (express or implied) as to the accuracy, reasonableness or completeness of the information in the tender. Any persons considering making a decision to enter into contractual relationships with CCDG following receipt of the tender should make their own investigations and their own independent assessment of CCDG and its requirement for the Products and should seek their own professional financial and legal advice; or

1.35.2 accepts any responsibility for the information in the tender or for its fairness, accuracy or completeness, nor shall any of them be liable for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of reliance on such information or any subsequent communication. Only the express terms of any written contract relating to the subject matter of this tender as and when it is executed shall have any contractual effect in connection with the matters to which it relates. Any such contract will be governed by English and Welsh law.

1.36 Nothing in the tender or other contract documents is or should be relied upon as a promise or representation as to CCDG's ultimate decisions in relation to this project.

1.37 No oral acceptance by CCDG of any offer or outline submissions within an offer shall be valid or binding on CCDG.

1.38 In order to further ensure a fair and competitive process, CCDG requires that all actual or potential conflicts of interest are disclosed, identified and resolved to CCDG ’s satisfaction prior to the submission of Tenders or immediately notified to CCDG in the event that any actual or potential conflict of interest comes to the Tenderer’s attention following the submission of a Tender. In such circumstances CCDG may require further information from Tenderers but reserve the right to disqualify a Tenderer from further involvement.

CCDG reserves the right to exclude Tenderers from the procurement process should actual or potential conflicts of interest be found by CCDG to confer an unfair competitive advantage on one or more Tenderers or to otherwise undermine a fair and competitive procurement process and, following consultation with the Tenderer, such actual or potential conflicts are not resolved to the satisfaction of CCDG.

3 Conditions for Participation

3.1

Minimum standards and qualification required

Scoring Criteria .

Price 30%

Price shall be evaluated using the following scoring methodology, with the tenderer’s prices being scored on a comparative basis. For example:

This will be done by recording the lowest price submitted by any of the Tenderers, then for each Tenderer, dividing this lowest price by the Tenderers’ price and then multiplying it by the allocated weighting of 30%

The equation set out below explains this in a simpler way:

(Lowest Price ÷ Tenderer’s price) x Weighting = Score

Example

Three tenders submitted £65,000, £75,000 and £85,000

The Lowest tender £65,000 will receive 30 marks.

The second lowest £75,000 would receive 26 marks (65,000/75,000 *.30).

The highest tender £85,000 would receive 23 marks (65,000/85,000 *.3).

Quality _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 70 marks

Previous work in this area 15 marks for each example – 30 Marks

Please provide two examples of works completed which are similar to the requirements to the scope of works and contract value identified above, giving a description of the works completed, please include photographic evidence of the works, the date completed and the value of the works

Method Statement- 10 Marks

Provide an outline method statement for how you would approach the delivery of the project for the following areas:

1. programming of works -,maximum 200 words

2. manpower resources - maximum 200 words

3. access requirements and site constraint - Max 200 words

Health and Safety 10 Marks

From a health and safety perspective identify the risks that you consider applicable to the works and how you would mitigate them. Indicating how often you would undertake site safety visits and the qualifications of the individual or company who will be providing you with health and safety advice. Maximum 300 words

Environment 10 Marks

Provide details of how you have embedded net zero practices within your organisation, please refer to collection of carbon emissions and actions you have taken to minimise these, any accreditations you hold. Methods of waste disposal and the use of recyclates in your build.

Maximum 300 words

Ethical Employment 10 Marks

CCDG has adopted the Welsh Government‘s code of practice on ethical procurement in supply chains. Please describe how you will commit to the working practices for workers within your organisation focusing on fair pay, fair work practices and opportunities to develop skills maximum 200 words.

We would like to bring to the attention of our perspective suppliers guidance on the code of ethical supply chains as published by the Welsh Government.

https://gov.wales/topics/improvingservices/bettervfm/code-of-practice/?lang=en

Adopting the code voluntarily is not a requirement of this tender.

The above sections will be awarded marks based on the following criteria:

• Very good or fully compliant submlssion which meets all requirements and is fully explained in comprehensive detail demonstrating a deep understanding of the project- between 90 and 100% of the marks available

• Good or fully compliant submission, which meets all the requirements and is explained in reasonable detail - between 70% and 89% of the marks available.

• Satisfactory or compliant submission which meets the essential requirements and is explained in adequate detail - between 50% and 69% of the marks available.

• Weak or partially compliant submission where some areas fall short of requirements and poorly explained, lacking clarity in how the solution will be achieved. And failing to meet the full specification brief- between 30% and 49% of the marks available.

• Unacceptable or non-compliant (major issues) submission which fails to meet requirements and Is not explained- between 10% and 29% of the marks available.

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Time-limit for receipt of completed tenders
    24-11-2023  Time  12:00

Estimated award date
 27-11-2023

4.5

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

EN  CY 

4.6

Tender Submission Postbox

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx

5 Other Information

5.1

Additional Information

1. INTRODUCTION AND BACKGROUND

1.1 Career Choices Dewis Gyrfa Ltd (CCDG) is a wholly owned subsidiary of the Welsh Government which was formed on 1 April 2013. Trading as Gyrfa Cymru Careers Wales, we provide the all age independent and impartial careers information, advice and guidance service for Wales.

We deliver a remit set by the Minister for Education and Skills and support the Welsh Government’s strategic objectives as identified in the Programme for Government and related Welsh Government policies, such as the Youth Engagement and Progression Framework (YEPF). The overall focus for our service is to help people make effective decisions and become independent in managing their careers. This includes making realistic career decisions and plans, and ensuring successful progression and positive outcomes for individuals, who we support to gain appropriate training, further learning or employment. Our work helps to develop the nation’s skills base and to support the effectiveness of expenditure on education and training, thereby contributing to the economic and social well-being of Wales.

You may respond to the tender in Welsh or English, Welsh submissions will not be treated unfairly.

1. Tender Details –Tender value 0 - £125,000

Overview of the Building

The building is a three-storey purpose-built detached office building, originally a bank, completed circa 1986. The building is not listed or in a conservation area. The building directly fronts the pavement to the North West and North East, with a curved wall at the North East end of the building. The South East elevation is mostly adjacent to the staff car park. South West facing wall, which houses the external air conditioning units, is adjacent to a narrow alley within the building curtilage.

The age of construction suggests a 103mm deep brick, a minimum 48mm clear cavity, 100mm medium density (7N/mm2 ) concrete block, and an 18mm render/skim inner surface. A 200mm depth of existing mineral wool roof insulation is laid above the suspended ceiling tiles on the 2nd floor

Scope Of Works

A site visit to our office in Wrexham is essential, this can be arranged by emailing dean.watkins@careerswales.gov.wales. Any tenders submitted by organisations who have not visited the building will be excluded from the tender process.

No claims from the contractor for additional payment will be allowed on the ground

of any misunderstanding in respect of matters arising from failure to evaluate local

conditions. The price offered by the Applicant will be firm and fixed for the duration of

the contract.

(WA Ref:135787)

5.2

Additional Documentation

Wrexham Tender Proposal
Contract For Refurbishment at Wrexham Questions

5.3

Publication date of this notice

 24-10-2023

Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
45100000 Site preparation work Construction work
45200000 Works for complete or part construction and civil engineering 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)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

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:
24 October 2023
Deadline date:
24 November 2023 00:00
Notice type:
Contract Notice
Authority name:
Careers Wales
Publication date:
23 January 2024
Notice type:
Contract Award Notice
Authority name:
Careers Wales

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.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx39.28 KB
This file may not be accessible.
docx
docx21.95 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.