Notice Information
Notice Title
Roofing and Repairs to 28 Properties within 7 Two Storey Blocks - Channel view, Risca
Notice Description
Bidders are invited to submit a tender for the Re-roofing and Repairs to 28 properties within 7 two story blocks at Channel view Risca. This procurement process will follow the Competitive Flexible Procedure as set out within the Procurement Act 2023. Caerphilly County Borough Council is seeking to procure a contract for the Re-Roofing and Repairs to 28 properties within 7 two story blocks at Channel view Risca. The works will include re-roofing of the main roof and leanto roofs, the removal of the chimney stacks, capping and venting the flue, new facias, soffits and RWGs. Associated work will include adjustment of tv equipment and main electric and BT cables. All information relating to the tender and contract can be found within the Tender Documents.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05460a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031242-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Below threshold - open competition
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
44112400 - Roof
45000000 - Construction work
45210000 - Building construction work
45260000 - Roof works and other special trade construction works
Notice Value(s)
- Tender Value
- £280,000 £100K-£500K
- Lots Value
- £280,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Jun 20258 months ago
- Submission Deadline
- 4 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Nov 2025 - 1 Mar 2026 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CAERPHILLY COUNTY BOROUGH COUNCIL
- Contact Name
- Connor Thomas
- Contact Email
- thomac21@caerphilly.gov.uk
- Contact Phone
- +441443864702
Buyer Location
- Locality
- HENGOED
- Postcode
- CF82 7PG
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL53 Gwent Valleys
- Delivery Location
- Not specified
-
- Local Authority
- Caerphilly
- Electoral Ward
- Ystrad Mynach
- Westminster Constituency
- Caerphilly
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/031242-2025
10th June 2025 - Tender notice on Find a Tender -
https://supplierlive.proactisp2p.com/Account/Login
All tender documents are accessible via the Proactis Plaza e-Tendering system linked above.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05460a-2025-06-10T13:04:07+01:00",
"date": "2025-06-10T13:04:07+01:00",
"ocid": "ocds-h6vhtk-05460a",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWHP-2369-JPYL",
"name": "Caerphilly County Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PWHP-2369-JPYL"
},
"address": {
"streetAddress": "Penallta House, Tredomen Park",
"locality": "Hengoed",
"postalCode": "CF82 7PG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL16"
},
"contactPoint": {
"name": "Connor Thomas",
"email": "Thomac21@caerphilly.gov.uk",
"telephone": "+441443864702"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.caerphilly.gov.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
},
{
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"id": "GB-WLS",
"description": "Welsh devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PWHP-2369-JPYL",
"name": "Caerphilly County Borough Council"
},
"tender": {
"id": "CCBC/PS2765/25/CT",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Roofing and Repairs to 28 Properties within 7 Two Storey Blocks - Channel view, Risca",
"description": "Bidders are invited to submit a tender for the Re-roofing and Repairs to 28 properties within 7 two story blocks at Channel view Risca. This procurement process will follow the Competitive Flexible Procedure as set out within the Procurement Act 2023. Caerphilly County Borough Council is seeking to procure a contract for the Re-Roofing and Repairs to 28 properties within 7 two story blocks at Channel view Risca. The works will include re-roofing of the main roof and leanto roofs, the removal of the chimney stacks, capping and venting the flue, new facias, soffits and RWGs. Associated work will include adjustment of tv equipment and main electric and BT cables. All information relating to the tender and contract can be found within the Tender Documents.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44112400",
"description": "Roof"
},
{
"scheme": "CPV",
"id": "45260000",
"description": "Roof works and other special trade construction works"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 336000,
"amount": 280000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"mainProcurementCategory": "works",
"aboveThreshold": false,
"submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Login",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2025-07-04T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-06-30T17:00:00+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 336000,
"amount": 280000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "Total Tender Cost (Ex VAT)",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "Contract Management How will the contract be managed to ensure that project timescales are met, and quality and safety are maintained through the course of the contract? Your response must include: * Explanation of how communications between Contractor, Employer, residents of Channel View and the general public will be undertaken to ensure the works are completed on time, to price and with minimum disruption to local residents. * The management structure for the contract including site management staff. * How the works will be monitored to ensure that progress is maintained, and risks are managed. * How you will resolve urgent reported defects and security issues relating to the general site and compound after normal working hours or on bank holidays for this project, including an example or of previous evidence of reactive timescales to resolve? You should use no more than 1,000 words for your response. Construction and Design Management (CDM) As Principal Contractor, explain how you will deliver the contract in compliance with the Construction and Design Management (CDM) regulations. Please include the following as part of your answer. * Allocation of named personnel and resources * Programme * Identification of a critical path * Float * Key dates * Risk allowances The programme should demonstrate your understanding and approach to the project what methods and resources are going to be used for the project to complete the works on time to the standard indicated within the contract documents. You should use no more than 500 words for your response. Method Statement Provide a detailed method statement setting out your approach to the delivery of the contract. This should take into account the constraints listed in the contract documents and include, but not be limited to the following elements: * How you will ensure safe delivery of materials to the site. The response should give due consideration to the location of the proposed properties being on a sloping site. * How you will manage the delivery and temporary storage of materials required for the works. * Prevention of unauthorised access entering the contained site * How you will undertake the setup of the site compound including welfare and provide for adequate safe material storage on site. You should use no more than 1,000 words for your response.",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"description": "The Project Team will undertake the first stage of the evaluation process by assessing the Bidders' responses to the Conditions of Participation, as set out below. This stage consists of Pass/Fail questions that must be responded to in full. Failure to submit a fully completed Conditions of Participation response will result in the bid being rejected. Responses to the Conditions of Participation will be evaluated in accordance with the scoring methodology outlined in Table 1 of the Tender Document using Pass/Fail criteria. Any response that does not pass this stage will not be evaluated further, and the bid will be rejected on such grounds alone. Technical Ability Provide summary detail of up to 3 contracts which the Bidder has delivered in any combination from the public or private sector; or VCSE (including grant funded work) which demonstrate your organisation has sufficient technical ability to deliver this contract. The details provided for each contract must, at a minimum, include: * name of customer organisation who signed the contract. * name of supply organisation who signed the contract. * the name, position and email address of the point of contact in the customer's organisation. * estimated contract value. * a description of the works delivered. * Initial accepted tender submission value and audited final account value. * Where applicable the reason why the contract went over budget and or extended over the planned completion date. * Confirm if the proposed key personnel for this contract were involved with the three contracts above. The named customer contact should be able to offer confirmation of the information provided. Consortia bids should provide examples of where the consortium has delivered similar requirements. If not possible (e.g. the consortium is newly formed or a Special Purpose Vehicle (\"SPV\") is being created), 3 separate examples should be provided between the principal member(s) of the consortium/SPV. Where the Supplier is a SPV, or a managing agent not intending to be the main provider, the information requested should be provided for the main intended provider(s) or Sub-Contractor(s) who will deliver the contract. Contracts for services should have been performed during the past 3 years."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-11-01T00:00:00+00:00",
"endDate": "2026-03-01T23:59:59+00:00"
}
}
],
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "All tender documents are accessible via the Proactis Plaza e-Tendering system linked above.",
"url": "https://supplierlive.proactisp2p.com/Account/Login"
},
{
"id": "031242-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/031242-2025",
"datePublished": "2025-06-10T13:04:07+01:00",
"format": "text/html"
}
]
},
"language": "en"
}