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.

02 Contract Notice

Non Domestic Building Maintenance Frameworks

  • First published: 09 August 2022
  • Last modified: 09 August 2022
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-123754
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
09 August 2022
Deadline date:
08 September 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Cardiff Council wishes to establish a new framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall. It is proposed that the new framework contracts will comprise: - Statutory obligations and remedial works; - 24/7 Emergency, responsive and minor planned maintenance works up to (North Cardiff); - 24/7 Emergency, responsive and minor planned maintenance works (South Cardiff); - Planned maintenance works of value - Roofing maintenance works CPV: 45000000, 45210000, 45310000, 50750000, 42160000, 45261900, 45213100, 45210000, 45210000, 45210000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Contact person: Lloyd Davies

Telephone: +44 920773701

E-mail: Lloyd.davies2@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: www.cardiff.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://supplierlive.proactisp2p.com/Account/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Non Domestic Building Maintenance Frameworks

Reference number: ERFX1007912

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Cardiff Council wishes to establish a new framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall.

It is proposed that the new framework contracts will comprise:

- Statutory obligations and remedial works;

- 24/7 Emergency, responsive and minor planned maintenance works up to (North Cardiff);

- 24/7 Emergency, responsive and minor planned maintenance works (South Cardiff);

- Planned maintenance works of value

- Roofing maintenance works

II.1.5) Estimated total value

Value excluding VAT: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Statutory Obligations and Remedial Works

II.2.2) Additional CPV code(s)

45210000

45310000

50750000

42160000

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

The Authority wishes to establish a framework agreement for the provision of building maintenance works and services to its’ non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed building including Cardiff Castle and City Hall.

This Specification refers to the Statutory Obligations Testing and Cyclical Maintenance Works, along with any urgent and low cost remedial works identified during the testing and cyclical maintenance. All works are to be completed in accordance with the SFG20 standard, as well as other parts of this Specification and overall Framework requirements.

The Contractor will be expected to undertake Statutory Obligations Testing and Cyclical Maintenance of the Council’s non-domestic buildings, including schools, at approximately 400 sites as identified in the Cyclical Maintenance Demand Model

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 03/04/2023

End: 31/03/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

Highest Ranking

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Emergency, Responsive and minor Planned Works North Cardiff

II.2.2) Additional CPV code(s)

45210000

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

Cardiff Council wishes to establish a framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall.

This Specification refers to Lot’s A2 and A3 – 24/7 Emergency/Responsive/Minor Maintenance Work of value less than (North and South Cardiff.) The scope of Lots A2 and A3 includes Emergency Response, Responsive, and Minor Planned Works. The contractor will be required to provide an emergency response service 24 hours per day, 365 days per annum.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 03/04/2023

End: 31/03/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Emergency, Responsive and minor Planned Works South Cardiff

II.2.2) Additional CPV code(s)

45210000

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

Cardiff Council wishes to establish a framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall.

It is the Council’s intention to separate the work into two geographical areas: Lot A2 – North Cardiff and Lot A3 South Cardiff. It should be noted that in respect of these two Lots, it is the Council’s intention to award to two separate Contractors. Therefore, a Contractor cannot be awarded both Lots. Although a Contractor will be allowed to bid for both Lots, bidders will be required to identify their preference during the Invitation to Tender stage.

If the works are identified as an emergency, the contractor will be contacted immediately and must attend the site within 2 hours to make safe with a target completion time of 24 hours dependent on nature of repair. In respect of a responsive call out, the contractor should attend the site within 5 working days with a target completion time of 10 working days. In respect of planned minor works the contractor should attend site within 5 working days of the agreed start date with a target completion time to be agreed with Building Services.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 03/04/2023

End: 31/03/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Planned Maintenance Works

II.2.2) Additional CPV code(s)

45213100

45210000

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

Cardiff Council wishes to establish a framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall.

This Specification refers to Lot A4 – the undertaking of planned works on the Council’s non-domestic buildings, including schools, at approximately 400 sites.

It is the Council’s intention to appoint up to 4 contractors who thereafter undergo a mini-competition each time work is required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 03/04/2023

End: 31/03/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Roofing Works

II.2.2) Additional CPV code(s)

45261900

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

Cardiff Council wishes to establish a framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall.

If the works are identified as a responsive repair following an emergency, then the Contractor should attend the site within 5 working days with a target completion time of 10 working days or by agreement with County Estates. In respect of planned works the contractor shall complete the works according to the project plan agreed with County Estates.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 03/04/2023

End: 31/03/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/09/2022

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 03/10/2022

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=123754.

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

All Social Value information can be found within tender documentation

(WA Ref:123754)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

09/08/2022

Coding

Commodity categories

ID Title Parent category
42160000 Boiler installations Machinery for the production and use of mechanical power
45210000 Building construction work Works for complete or part construction and civil engineering work
45000000 Construction work Construction and Real Estate
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45310000 Electrical installation work Building installation work
50750000 Lift-maintenance services Repair and maintenance services of building installations
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

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.

About the buyer

Main contact:
Lloyd.davies2@cardiff.gov.uk
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.