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