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.

UK4

General Building Construction & Maintenance Framework

  • First published: 06 May 2026
  • Last modified: 06 May 2026
  • Version: 1
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-h6vhtk-05f4a1
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
06 May 2026
Deadline date:
03 June 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Cardiff Council and the Vale of Glamorgan Council intend to establish a collaborative multi‑lot General Building, Construction and Maintenance Framework to support planned works, reactive maintenance, specialist services, and statutory compliance across their estates. The Framework will comprise a range of lots covering general building, electrical, mechanical, roofing, external works, fire and security, and statutory compliance services, with emergency response sub‑lots linked to parent lots. The Framework will run for three years with an optional one‑year extension and has an estimated total value of £123,514,000.00. Call‑offs will utilise the NEC4 suite.

This Competitive Flexible Procedure tender will be conducted in two phases: the Pre‑Selection Questionnaire (PSQ) stage and the Invitation to Tender (ITT) stage. The Contracting Authority will invite the top ten (10) highest ranking suppliers per lot to the next stage who meet the conditions of participation. In the event of tied scores at the 10th position, all suppliers with the same score will be invited to the ITT stage.

on, which will be issued when the procurement opportunity is published. During the ITT stage, suppliers will be evaluated on the basis of their quality, cost, and proposed community wellbeing benefits. Following evaluation, successful suppliers will be ranked according to their overall scores per lot.

The Councils reserve the right, in accordance with the flexibility permitted under the Competitive Flexible Procedure, to refine, amend or further develop the procurement process and tender documentation following completion of the PSQ stage. Any such modifications—where applied—will be communicated transparently to all PSQ‑qualified suppliers and will apply equally to all participants.

It is expected that Tenderers will be able to provide all Works that are in the Scope in- house. However, the Authority recognises that some niche elements of a Scope may need to be sub-contracted. The Potential Client will be required to approve any work that is sub-contracted.

Full notice text

Scope

Procurement reference

ERFX1008788

Procurement description

Cardiff Council and the Vale of Glamorgan Council intend to establish a collaborative multi‑lot General Building, Construction and Maintenance Framework to support planned works, reactive maintenance, specialist services, and statutory compliance across their estates. The Framework will comprise a range of lots covering general building, electrical, mechanical, roofing, external works, fire and security, and statutory compliance services, with emergency response sub‑lots linked to parent lots. The Framework will run for three years with an optional one‑year extension and has an estimated total value of £123,514,000.00. Call‑offs will utilise the NEC4 suite.

This Competitive Flexible Procedure tender will be conducted in two phases: the Pre‑Selection Questionnaire (PSQ) stage and the Invitation to Tender (ITT) stage. The Contracting Authority will invite the top ten (10) highest ranking suppliers per lot to the next stage who meet the conditions of participation. In the event of tied scores at the 10th position, all suppliers with the same score will be invited to the ITT stage.

on, which will be issued when the procurement opportunity is published. During the ITT stage, suppliers will be evaluated on the basis of their quality, cost, and proposed community wellbeing benefits. Following evaluation, successful suppliers will be ranked according to their overall scores per lot.

The Councils reserve the right, in accordance with the flexibility permitted under the Competitive Flexible Procedure, to refine, amend or further develop the procurement process and tender documentation following completion of the PSQ stage. Any such modifications—where applied—will be communicated transparently to all PSQ‑qualified suppliers and will apply equally to all participants.

It is expected that Tenderers will be able to provide all Works that are in the Scope in- house. However, the Authority recognises that some niche elements of a Scope may need to be sub-contracted. The Potential Client will be required to approve any work that is sub-contracted.

Main category

Works

Additional categories

Services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Total value (estimated, excluding VAT)

123514000.00 GBP to 29378500.00GBP

Contract dates (estimated)

01 April 2027, 00:00AM to 01 April 2030, 23:59PM

Extension end date (if all the extensions are used): 01 April 2031

Is a framework being established?

Yes

Contracting authority

Cardiff Council

Identification register:

  • GB-PPON

Address 1: County Hall, Atlantic Wharf

Town/City: Cardiff

Postcode: CF10 4UW

Country: United Kingdom

Website: http://www.cardiff.gov.uk

Public Procurement Organisation Number: PVHP-5769-YHRQ

Contact name: Osian Gatehouse

Email: osian.gatehouse@cardiff.gov.uk

Telephone: +447958220757

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales

Vale of Glamorgan County Council

Identification register:

  • GB-PPON

Address 1: Civic Offices

Town/City: Barry

Postcode: CF63 4RU

Country: United Kingdom

Website: https://www.valeofglamorgan.gov.uk/

Public Procurement Organisation Number: PVJL-7881-XMJT

Contact name: Osian Gatehouse

Email: osian.gatehouse@cardiff.gov.uk

Telephone: +447958220757

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Framework

Further information about fees

N/A

Percentage fee charged to suppliers

0%

Maximum number of suppliers

180

Award method when using the framework

With and without reopening competition

Framework operation description

The framework will be operated in the following way in relation to all lots except the Emergency Sub Lots:

The Potential Client may undertake a Competitive Selection Process by inviting all framework contractors on the relevant lot to submit a tender and award the Call-Off Contract to the most advantageous tender received; or

Award a Call-Off Contract by way of Award Without Further Competition by establishing objective and transparent Award Without Further Competition Award Criteria which shall be designed to assess which Framework Contractor in the relevant Lot will provide the best price/quality/social value ratio (i.e. best value for money) in relation to the proposed Works. The Client applies the Award Without Further Competition Award Criteria to the tender submissions of the Framework Contractors on the relevant Lot (i.e. the tenders which they submitted at framework competition stage). The Client must document the process and the reasons for its decision; or

A Potential Client may award a Call-Off Contract to a Framework Contractor without undertaking a Selection Process where the Potential Client is reasonably of the opinion that it needs to award the Call-Off Contract to that Framework Contractor on the basis that it meets a specific set of circumstances as outlined in the ITP.

In relation to the Emergency Sub-Lots, Works will be awarded on a rotational basis and there will not be any further competition for such works. The Contractor shall at the same time as entering into the Framework Agreement enter into a NEC4 Term Services Contract for each of the Emergency Sub-Lots it has been awarded. Where a Contractor is required to perform Works pursuant to an Emergency Sub-Lot, the relevant Client shall issue a Task Order to the Contractor pursuant to the NEC4 Term Services Contract (Option E).

Lots

Divided into 36 lots

Lot 1 Electrical & Mechanical Cardiff up to 300,000 GBP

Lot number: 1

Description

Mechanical Works shall include, but not be limited to, the provision of planned, reactive and emergency maintenance, repair, renewal and minor installation works to mechanical building services systems. This includes heating systems, boilers, pipework, pumps, valves, radiators, calorifiers, ventilation and associated plant and equipment. Works may also include system modifications, fault diagnosis, breakdown response, isolations, refilling, balancing and recommissioning. All works shall be undertaken in operational buildings with minimal disruption, in compliance with relevant legislation, guidance and manufacturer requirements.

Electrical Works shall include, but not be limited to, planned and reactive maintenance, fault finding, repair, replacement and minor installation works to electrical installations within non‑domestic buildings. This includes lighting, small power, distribution boards, containment, emergency lighting, testing and certification, and associated control equipment. Emergency and out‑of‑hours response works are included where required. All electrical works shall comply fully with current wiring regulations, statutory obligations and Council standards, and shall include appropriate testing, certification and making good on completion.

Lot 1

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

2000000.00 GBP Excluding VAT

2400000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Award criteria

Type: price

Name

Cost

Description

40

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Lot 1a Electrical & Mechanical Cardiff up to 300,000GBP: Emergency Out of Hours

Lot number: 1a

Description

Mechanical Works shall include, but not be limited to, the provision of planned, reactive and emergency maintenance, repair, renewal and minor installation works to mechanical building services systems. This includes heating systems, boilers, pipework, pumps, valves, radiators, calorifiers, ventilation and associated plant and equipment. Works may also include system modifications, fault diagnosis, breakdown response, isolations, refilling, balancing and recommissioning. All works shall be undertaken in operational buildings with minimal disruption, in compliance with relevant legislation, guidance and manufacturer requirements.

Electrical Works shall include, but not be limited to, planned and reactive maintenance, fault finding, repair, replacement and minor installation works to electrical installations within non‑domestic buildings. This includes lighting, small power, distribution boards, containment, emergency lighting, testing and certification, and associated control equipment. Emergency and out‑of‑hours response works are included where required. All electrical works shall comply fully with current wiring regulations, statutory obligations and Council standards, and shall include appropriate testing, certification and making good on completion.

The contractor shall provide an emergency and out‑of‑hours call‑out service to respond to unforeseen incidents occurring both inside working hours (for emergencies) and outside normal working hours, including evenings, nights, weekends, and public holidays (for emergencies and out of hours). .

Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials.

Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post‑attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow‑on works.

Cardiff Council Response Times:

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 1a.

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

100000.00 GBP Excluding VAT

120000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Lot 2 General Building Works Cardiff up to 300,000GBP

Lot number: 2

Description

General Building Works shall include, but not be limited to, the delivery of planned, reactive and emergency building maintenance and repair works to occupied and operational non‑domestic buildings, including schools. Works may comprise minor and major fabric repairs, minor internal and external demolitions and alterations, structural repairs, masonry and brickwork, partitions, ceilings, floors, doors and windows, carpentry and joinery, plastering, tiling, decorating and associated finishing trades. The scope also includes adaptation works, minor refurbishments, making good following inspections or incidents, and reinstatement works arising from statutory testing or insurance events. All works shall be undertaken in accordance with relevant standards, specifications and health and safety requirements, with due consideration to safeguarding, business continuity and the minimisation of disruption to building users.

Lot 2

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

2750000.00 GBP Excluding VAT

3300000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Lot 2a General Building Works Cardiff up to 300,000GBP: Emergency Out of Hours

Lot number: 2a

Description

General Building Works shall include, but not be limited to, the delivery of planned, reactive and emergency building maintenance and repair works to occupied and operational non‑domestic buildings, including schools. Works may comprise minor and major fabric repairs, minor internal and external demolitions and alterations, structural repairs, masonry and brickwork, partitions, ceilings, floors, doors and windows, carpentry and joinery, plastering, tiling, decorating and associated finishing trades. The scope also includes adaptation works, minor refurbishments, making good following inspections or incidents, and reinstatement works arising from statutory testing or insurance events. All works shall be undertaken in accordance with relevant standards, specifications and health and safety requirements, with due consideration to safeguarding, business continuity and the minimisation of disruption to building users

The contractor shall provide an emergency and out‑of‑hours call‑out service to respond to unforeseen incidents occurring both inside working hours (for emergencies) and outside normal working hours, including evenings, nights, weekends, and public holidays (for emergencies and out of hours). .

Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials.

Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post‑attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow‑on works.

Cardiff Council Response Times

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 2a.

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

400000.00 GBP Excluding VAT

480000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 3 External Works Cardiff up to 300,000GBP

Lot number: 3

Description

External Works shall include, but not be limited to, the execution of planned, reactive and emergency works to the external fabric and surroundings of Council owned buildings. This may include paths, hardstanding, kerbs, steps, ramps, boundary walls, fencing and gates, drainage repairs, minor civils works, paving, external repairs to building envelopes, and associated making good. Works may also involve accessibility improvements, repairs following vandalism or weather damage, and health and safety related remedial works. All activities shall be coordinated to ensure safe access and egress, compliance with statutory requirements, and protection of the public and site users.

Lot 3

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 -

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

2750000.00 GBP Excluding VAT

3300000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 4 Fire & Security Cardiff up to 300,000GBP

Lot number: 4

Description

Fire and Security Works shall include, but not be limited to, the inspection, maintenance, repair, renewal and minor installation of fire detection, alarm, suppression and security systems. This may include fire alarm systems, emergency lighting interfaces, access control, CCTV, intruder alarms and associated controls. Works may also involve fault diagnosis, system upgrades, compliance-driven remedial works and emergency response. All activities shall be carried out in accordance with relevant British Standards, statutory requirements and manufacturer guidance, with full documentation and certification provided on completion.

Lot 4

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

600000.00 GBP Excluding VAT

720000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 4a Fire & Security Cardiff up to 300,000GBP: Emergency Out of Hours

Lot number: 4a

Description

Fire and Security Works shall include, but not be limited to, the inspection, maintenance, repair, renewal and minor installation of fire detection, alarm, suppression and security systems. This may include fire alarm systems, emergency lighting interfaces, access control, CCTV, intruder alarms and associated controls. Works may also involve fault diagnosis, system upgrades, compliance-driven remedial works and emergency response. All activities shall be carried out in accordance with relevant British Standards, statutory requirements and manufacturer guidance, with full documentation and certification provided on completion.

The contractor shall provide an emergency and out‑of‑hours call‑out service to respond to unforeseen incidents occurring both inside working hours (for emergencies) and outside normal working hours, including evenings, nights, weekends, and public holidays (for emergencies and out of hours). .

Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials.

Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post‑attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow‑on works.

Cardiff Council Response Times

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 4a.

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

200000.00 GBP Excluding VAT

240000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 5 Roofing Works Cardiff up to 850,000GBP

Lot number: 5

Description

Roofing Works shall include, but not be limited to, the removal of existing roofing materials where required, including the safe handling and disposal of waste materials. The scope encompasses heritage and traditional roofing works using appropriate materials and methods where buildings are listed or within conservation areas, as well as the installation, renewal and repair of pitched roofs using slate, tile or metal systems. Flat roofing works are also included, comprising felt, single‑ply and liquid‑applied systems. Associated works include the installation and upgrading of insulation, membranes and weatherproofing elements, together with the renewal of flashings, roofline details and rainwater goods. All works shall be completed with final inspection, testing and making good to ensure the roof is watertight, compliant and fit for purpose.

Lot 5

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

3250000.00 GBP Excluding VAT

3900000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Lot 5a Roofing Works Cardiff up to 850,000GBP: Emergency Works Only

Lot number: 5a

Description

Roofing Works shall include, but not be limited to, the removal of existing roofing materials where required, including the safe handling and disposal of waste materials. The scope encompasses heritage and traditional roofing works using appropriate materials and methods where buildings are listed or within conservation areas, as well as the installation, renewal and repair of pitched roofs using slate, tile or metal systems. Flat roofing works are also included, comprising felt, single‑ply and liquid‑applied systems. Associated works include the installation and upgrading of insulation, membranes and weatherproofing elements, together with the renewal of flashings, roofline details and rainwater goods. All works shall be completed with final inspection, testing and making good to ensure the roof is watertight, compliant and fit for purpose.

The contractor shall provide an emergency and out‑of‑hours call‑out service to respond to unforeseen incidents occurring both inside working hours (for emergencies) and outside normal working hours, including evenings, nights, weekends, and public holidays (for emergencies and out of hours). .

Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials.

Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post‑attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow‑on works.

Cardiff Council Response Times

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 5a.

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

250000.00 GBP Excluding VAT

300000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 6 General Building Works Cardiff 300,000 to 850,000GBP

Lot number: 6

Description

General Building Works shall include, but not be limited to, the delivery of planned, reactive and emergency building maintenance and repair works to occupied and operational non‑domestic buildings, including schools. Works may comprise minor and major fabric repairs, internal and external demolitions and alterations, structural repairs, masonry and brickwork, partitions, ceilings, floors, doors and windows, carpentry and joinery, plastering, tiling, decorating and associated finishing trades. The scope also includes adaptation works, minor refurbishments, making good following inspections or incidents, and reinstatement works arising from statutory testing or insurance events. All works shall be undertaken in accordance with relevant standards, specifications and health and safety requirements, with due consideration to safeguarding, business continuity and the minimisation of disruption to building users.

Emergency and Out of Hours Lots

The contractor shall provide an emergency out of hours call out service to respond to unforeseen incidents occurring outside normal working hours, including evenings, nights, weekends, and public holidays. Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials. Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow on works.

Cardiff Council Response Times

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 6

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

5000000.00 GBP Excluding VAT

6000000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 7 Mechanical Works The Vale up to 500,000GBP

Lot number: 7

Description

Mechanical Works shall include, but not be limited to, the provision of planned, reactive and emergency maintenance, repair, renewal and minor installation works to mechanical building services systems. This includes heating systems, boilers, pipework, pumps, valves, radiators, calorifiers, ventilation and associated plant and equipment. Works may also include system modifications, fault diagnosis, breakdown response, isolations, refilling, balancing and recommissioning. All works shall be undertaken in operational buildings with minimal disruption, in compliance with relevant legislation, guidance and manufacturer requirements.

Lot 7

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

1000000.00 GBP Excluding VAT

1200000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 7a Mechanical Works The Vale up to 500,000GBP: Emergency Out of Hours

Lot number: 7a

Description

Mechanical Works shall include, but not be limited to, the provision of planned, reactive and emergency maintenance, repair, renewal and minor installation works to mechanical building services systems. This includes heating systems, boilers, pipework, pumps, valves, radiators, calorifiers, ventilation and associated plant and equipment. Works may also include system modifications, fault diagnosis, breakdown response, isolations, refilling, balancing and recommissioning. All works shall be undertaken in operational buildings with minimal disruption, in compliance with relevant legislation, guidance and manufacturer requirements.

The contractor shall provide an emergency and out‑of‑hours call‑out service to respond to unforeseen incidents occurring both inside working hours (for emergencies) and outside normal working hours, including evenings, nights, weekends, and public holidays (for emergencies and out of hours). .

Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials.

Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post‑attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow‑on works.

Cardiff Council Response Times

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 7a.

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

50000.00 GBP Excluding VAT

60000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 8 Electrical Works The Vale up to 500,000GBP

Lot number: 8

Description

Electrical Works shall include, but not be limited to, planned and reactive maintenance, fault finding, repair, replacement and minor installation works to electrical installations within non‑domestic buildings. This includes lighting, small power, distribution boards, containment, emergency lighting, testing and certification, and associated control equipment. Emergency and out‑of‑hours response works are included where required. All electrical works shall comply fully with current wiring regulations, statutory obligations and Council standards, and shall include appropriate testing, certification and making good on completion.

Lot 8

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 -

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

1000000.00 GBP Excluding VAT

1200000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 8a Electrical Works The Vale up to 500,000GBP: Emergency Out of Hours

Lot number: 8a

Description

Electrical Works shall include, but not be limited to, planned and reactive maintenance, fault finding, repair, replacement and minor installation works to electrical installations within non‑domestic buildings. This includes lighting, small power, distribution boards, containment, emergency lighting, testing and certification, and associated control equipment. Emergency and out‑of‑hours response works are included where required. All electrical works shall comply fully with current wiring regulations, statutory obligations and Council standards, and shall include appropriate testing, certification and making good on completion.

The contractor shall provide an emergency and out‑of‑hours call‑out service to respond to unforeseen incidents occurring both inside working hours (for emergencies) and outside normal working hours, including evenings, nights, weekends, and public holidays (for emergencies and out of hours). .

Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials.

Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post‑attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow‑on works.

Cardiff Council Response Times

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 8a.

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

25000.00 GBP Excluding VAT

30000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Lot 9 General Building Works The Vale up to 300,000GBP

Lot number: 9

Description

General Building Works shall include, but not be limited to, the delivery of planned, reactive and emergency building maintenance and repair works to occupied and operational non‑domestic buildings, including schools. Works may comprise minor and major fabric repairs, minor internal and external demolitions and alterations, structural repairs, masonry and brickwork, partitions, ceilings, floors, doors and windows, carpentry and joinery, plastering, tiling, decorating and associated finishing trades. The scope also includes adaptation works, minor refurbishments, making good following inspections or incidents, and reinstatement works arising from statutory testing or insurance events. All works shall be undertaken in accordance with relevant standards, specifications and health and safety requirements, with due consideration to safeguarding, business continuity and the minimisation of disruption to building users.

Lot 9

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

2000000.00 GBP Excluding VAT

2400000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 9a General Building Works The Vale up to 300,000GBP: Emergency Out of Hours

Lot number: 9a

Description

General Building Works shall include, but not be limited to, the delivery of planned, reactive and emergency building maintenance and repair works to occupied and operational non‑domestic buildings, including schools. Works may comprise minor and major fabric repairs, minor internal and external demolitions and alterations, structural repairs, masonry and brickwork, partitions, ceilings, floors, doors and windows, carpentry and joinery, plastering, tiling, decorating and associated finishing trades. The scope also includes adaptation works, minor refurbishments, making good following inspections or incidents, and reinstatement works arising from statutory testing or insurance events. All works shall be undertaken in accordance with relevant standards, specifications and health and safety requirements, with due consideration to safeguarding, business continuity and the minimisation of disruption to building users.

The contractor shall provide an emergency and out‑of‑hours call‑out service to respond to unforeseen incidents occurring both inside working hours (for emergencies) and outside normal working hours, including evenings, nights, weekends, and public holidays (for emergencies and out of hours). .

Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials.

Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post‑attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow‑on works.

Cardiff Council Response Times

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 9a.

CPV classifications

  • 45400000 -

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

250000.00 GBP Excluding VAT

300000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 10 External Works The Vale up to 300,000GBP

Lot number: 10

Description

External Works shall include, but not be limited to, the execution of planned, reactive and emergency works to the external fabric and surroundings of Council owned buildings. This may include paths, hardstanding, kerbs, steps, ramps, boundary walls, fencing and gates, drainage repairs, minor civils works, paving, external repairs to building envelopes, and associated making good. Works may also involve accessibility improvements, repairs following vandalism or weather damage, and health and safety related remedial works. All activities shall be coordinated to ensure safe access and egress, compliance with statutory requirements, and protection of the public and site users.

Lot 10

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

300000.00 GBP Excluding VAT

360000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 10a External Works The Vale up to 300,000GBP: Emergency Out of Hours

Lot number: 10a

Description

External Works shall include, but not be limited to, the execution of planned, reactive and emergency works to the external fabric and surroundings of Council owned buildings. This may include paths, hardstanding, kerbs, steps, ramps, boundary walls, fencing and gates, drainage repairs, minor civils works, paving, external repairs to building envelopes, and associated making good. Works may also involve accessibility improvements, repairs following vandalism or weather damage, and health and safety related remedial works. All activities shall be coordinated to ensure safe access and egress, compliance with statutory requirements, and protection of the public and site users.

The contractor shall provide an emergency and out‑of‑hours call‑out service to respond to unforeseen incidents occurring both inside working hours (for emergencies) and outside normal working hours, including evenings, nights, weekends, and public holidays (for emergencies and out of hours). .

Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials.

Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post‑attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow‑on works.

Cardiff Council Response Times

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 10a.

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

25000.00 GBP Excluding VAT

30000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 11 Fire & Security The Vale up to 300,000GBP

Lot number: 11

Description

Fire and Security Works shall include, but not be limited to, the inspection, maintenance, repair, renewal and minor installation of fire detection, alarm, suppression and security systems. This may include fire alarm systems, emergency lighting interfaces, access control, CCTV, intruder alarms and associated controls. Works may also involve fault diagnosis, system upgrades, compliance-driven remedial works and emergency response. All activities shall be carried out in accordance with relevant British Standards, statutory requirements and manufacturer guidance, with full documentation and certification provided on completion.

Lot 11

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

500000.00 GBP Excluding VAT

600000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 11a Fire & Security The Vale 300,000GBP: Emergency Out of Hours

Lot number: 11a

Description

Fire and Security Works shall include, but not be limited to, the inspection, maintenance, repair, renewal and minor installation of fire detection, alarm, suppression and security systems. This may include fire alarm systems, emergency lighting interfaces, access control, CCTV, intruder alarms and associated controls. Works may also involve fault diagnosis, system upgrades, compliance-driven remedial works and emergency response. All activities shall be carried out in accordance with relevant British Standards, statutory requirements and manufacturer guidance, with full documentation and certification provided on completion.

The contractor shall provide an emergency and out‑of‑hours call‑out service to respond to unforeseen incidents occurring both inside working hours (for emergencies) and outside normal working hours, including evenings, nights, weekends, and public holidays (for emergencies and out of hours). .

Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials.

Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post‑attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow‑on works.

Cardiff Council Response Times

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 11a.

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

50000.00 GBP Excluding VAT

60000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 12 General Building Works The Vale 300,000 to 850,000GBP

Lot number: 12

Description

General Building Works shall include, but not be limited to, the delivery of planned, reactive and emergency building maintenance and repair works to occupied and operational non‑domestic buildings, including schools. Works may comprise minor and major fabric repairs, internal and external demolitions and alterations, structural repairs, masonry and brickwork, partitions, ceilings, floors, doors and windows, carpentry and joinery, plastering, tiling, decorating and associated finishing trades. The scope also includes adaptation works, minor refurbishments, making good following inspections or incidents, and reinstatement works arising from statutory testing or insurance events. All works shall be undertaken in accordance with relevant standards, specifications and health and safety requirements, with due consideration to safeguarding, business continuity and the minimisation of disruption to building users.

Lot 12

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 -

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

3000000.00 GBP Excluding VAT

3600000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Lot 13 Roofing Works The Vale up to 850,000GBP

Lot number: 13

Description

Roofing Works shall include, but not be limited to, the removal of existing roofing materials where required, including the safe handling and disposal of waste materials. The scope encompasses heritage and traditional roofing works using appropriate materials and methods where buildings are listed or within conservation areas, as well as the installation, renewal and repair of pitched roofs using slate, tile or metal systems. Flat roofing works are also included, comprising felt, single‑ply and liquid‑applied systems. Associated works include the installation and upgrading of insulation, membranes and weatherproofing elements, together with the renewal of flashings, roofline details and rainwater goods. All works shall be completed with final inspection, testing and making good to ensure the roof is watertight, compliant and fit for purpose.

Lot 13

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

1500000.00 GBP Excluding VAT

1800000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 13a Roofing Works The Vale up to 850,000GBP: Emergency Works Only

Lot number: 13a

Description

Roofing Works shall include, but not be limited to, the removal of existing roofing materials where required, including the safe handling and disposal of waste materials. The scope encompasses heritage and traditional roofing works using appropriate materials and methods where buildings are listed or within conservation areas, as well as the installation, renewal and repair of pitched roofs using slate, tile or metal systems. Flat roofing works are also included, comprising felt, single‑ply and liquid‑applied systems. Associated works include the installation and upgrading of insulation, membranes and weatherproofing elements, together with the renewal of flashings, roofline details and rainwater goods. All works shall be completed with final inspection, testing and making good to ensure the roof is watertight, compliant and fit for purpose.

The contractor shall provide an emergency and out‑of‑hours call‑out service to respond to unforeseen incidents occurring both inside working hours (for emergencies) and outside normal working hours, including evenings, nights, weekends, and public holidays (for emergencies and out of hours). .

Services shall include attendance within an agreed response time (listed below) to make safe, repair, or mitigate immediate risks, carrying out temporary or permanent emergency works using appropriate labour, tools, equipment, and materials.

Works will be limited to essential emergency actions unless further authorisation is obtained. All activities must comply with relevant health and safety legislation and be undertaken by suitably qualified personnel. The contractor shall provide a post‑attendance update and submit a written report detailing actions taken, materials used, and any recommendations for follow‑on works.

Cardiff Council Response Times

- 2hr emergency response - attend site within 2hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 24hr emergency response - attend site within 24hrs , make safe and attempt a first-time fix, preauthorised repair up to £1,000.

- 5 day routine - attend site within 5 days, preauthorised repair up to £1,000.

Lot 13a.

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

100000.00 GBP Excluding VAT

120000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 14 Scaffolding Cardiff & The Vale up to 300,000GBP

Lot number: 14

Description

Scaffolding Works shall include, but not be limited to, the design, erection, alteration and dismantling of access scaffolding to support planned, reactive and emergency maintenance and repair works across occupied buildings. This includes independent scaffolds, temporary access platforms, edge protection and protective fans as required. All scaffolding shall be installed, inspected and maintained in accordance with current regulations and guidance, ensuring safe access for operatives and protection for building users and the public.

Lot 14

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 -

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

200000.00 GBP Excluding VAT

240000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 15 Statutory Obligations Cardiff & The Vale Water up to 300,000GBP

Lot number: 15

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 15

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

464300.00 GBP Excluding VAT

557160.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 16 Statutory Obligations Cardiff & The Vale Air Conditioning and Handling up to 300,000GBP

Lot number: 16

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 16

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

83600.00 GBP Excluding VAT

100320.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 17 Statutory Obligations Cardiff & The Vale Sprinklers up to 300,000GBP

Lot number: 17

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 17

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

29100.00 GBP Excluding VAT

34920.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Lot 18 Statutory Obligations Cardiff & The Vale Kitchen Extraction up to 300,000GBP

Lot number: 18

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 18

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

118500.00 GBP Excluding VAT

142200.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 19 Statutory Obligations Cardiff The Vale Fire Extinguishers up to 300,000GBP

Lot number: 19

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 19

CPV classifications

  • 45400000 - Building completion work

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

100400.00 GBP Excluding VAT

120080.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 20 Statutory Obligations Cardiff & The Vale Roller Shutter Doors up to 300,000

Lot number: 20

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 20

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

103500.00 GBP Excluding VAT

124200.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 21 Statutory Obligations Cardiff The Vale Lifts up to 300,000GBP

Lot number: 21

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 21

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

101400.00 GBP Excluding VAT

121680.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 22 Statutory Obligations Cardiff The Vale Fire Dampers up to 300,000GBP

Lot number: 22

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 22

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 -

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

37100.00 GBP Excluding VAT

44520.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 23 Statutory Obligations Cardiff & The Vale Building Management Systems up to 300,000GBP

Lot number: 23

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 23

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

30000.00 GBP Excluding VAT

36000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Lot 24 Statutory Obligations Cardiff & The Vale Electrical Compliance up to 300,000GBP

Lot number: 24

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 24

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

429200.00 GBP Excluding VAT

515040.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

02 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 25 Statutory Obligations Cardiff & The Vale Security: Fire Compliance up to 300,000GBP

Lot number: 25

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 25

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

421400.00 GBP Excluding VAT

505680.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Lot 26 Statutory Obligations Cardiff & The Vale Solar PV up to 300,000GBP

Lot number: 26

Description

Statutory Obligations Works shall include, but not be limited to, the delivery of testing, inspection, servicing and cyclical maintenance activities required to ensure compliance with relevant legislation and recognised standards, including SFG20 where applicable. This includes the identification and reporting of defects, along with the completion of urgent and low‑value remedial works arising from inspections. Systems covered may include water hygiene, air conditioning and ventilation, sprinklers, kitchen extraction, fire extinguishers, roller shutter doors, lifts, fire dampers, building management systems, electrical compliance, fire compliance and solar PV installations. All works shall be fully recorded, with certificates, logs and reports provided in accordance with Council requirements.

Lot 26

CPV classifications

  • 45400000 - Building completion work
  • 45112100 - Trench-digging work
  • Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    Award criteria

    Type: price

    Name

    Cost

    Description

    40%

    Weighting: 40.00

    Weighting type: percentageExact

    Type: quality

    Name

    Quality

    Description

    50%

    Weighting: 50.00

    Weighting type: percentageExact

    Type: quality

    Name

    Community Wellbeing Benefits

    Description

    10%

    Weighting: 10.00

    Weighting type: percentageExact

    45112400 - Excavating work
  • 45113000 - Siteworks
  • 45214200 - Construction work for school buildings
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45351000 - Mechanical engineering installation works
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45261900 - Roof repair and maintenance work
  • 45315100 - Electrical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50730000 - Repair and maintenance services of cooler groups
  • 71334000 - Mechanical and electrical engineering services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 90913000 - Tank and reservoir cleaning services
  • 90915000 - Furnace and chimney cleaning services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

160000.00 GBP Excluding VAT

192000.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

01 April 2030, 23:59PM

Extension end date (estimated)

01 April 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Original contract duration = 3 years

Option to extend an additional 1 year

Maximum number of lots a supplier can bid for

25

Maximum number of lots a supplier can be awarded

25

Description of how multiple lots may be awarded

Tenderers may bid for:

up to 3 lots between lots 1-6 (Cardiff Lots); and separately

up to 3 lots between lots 7-13 (the Vale of Glamorgan Lots).

Emergency Sub-lots (e.g., Lot 1a, Lot 2a, Lot 4a, Lot 5a, Lot 7a, Lot 8a, Lot 9a, Lot 11a, Lot 13a) are treated as extensions of the corresponding main lot. Selecting an Emergency Response sub-lot does not count as an additional lot bid, and suppliers may only opt into a sub-lot where they are bidding for the corresponding main lot. Sub-lots cannot be selected on their own. Tenderers may be awarded an Emergency Sub-Lot without having been awarded the corresponding main lot.

Tenderers may only bid for either the Major or Minor General building works lots. Tenderers are only permitted to bid for either of the following:

Either or both Major General Building lots 6 and/or 12

Either or both Minor General Building lots 2 and/or 9

For the avoidance of doubt, where a Tenderer bids for either or both of lots 6 and/or 12, it cannot bid for either of lots 2 or 9 and where a Tenderer bids for either or both of lots 2 and/or 9, it cannot bid for either of lots 6 or 12.

There are no restrictions on the numbers of Lots that a Tenderer may bid (and be awarded) for Lots 15 – 26 (inclusive).

During compliance check if we detect that you have submitted bids for mutually incompatible lots, the Contracting Authority will contact you to confirm which lot submission you wish to formally withdraw.

The emergency sub lots are not standalone lots and can only be selected when bidding for the parent main lot. The emergency sub lots are not scored at PSQ, however bidders must meet the main lot minimum threshold of 6 to be eligible for the sub-lot and confirm they have the capability to respond to an emergency as specified in the specification document.

Participation

Conditions

Economic

Conditions of participation

See PSQ documentation

Conditions

Economic

Conditions of participation

See PSQ documentation

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Award criteria

Type: price

Name

Cost

Description

40%

Weighting: 40.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

50%

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Community Wellbeing Benefits

Description

10%

Weighting: 10.00

Weighting type: percentageExact

Submission

Expression of interest deadline

03 June 2026, 12:00PM

Date of award of contract

01 February 2027, 23:59PM

Submission address and any special instructions

Submission website - ProactisProactis Sign up link: https://supplierlive.proactisp2p.com/Account/Registration/RegisterProject title - General Building Construction & Maintenance Framework - Cardiff & The Vale CollaborationProactis project code - ERFX1008788Proactis project link:https://supplierlive.proactisp2p.com/Account/Login

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English
  • Welsh

Documents

ID

L-3

Document type

Bidding documents

Description

PSQ Guidance Webinar - 12/05/2026 at 12:00

ID

L-4

Document type

Bidding documents

Description

Please find all relevant tender documents within the 'Documents' tab of the Proactis project. See the below information:

Project Title - General Building Construction & Maintenance Framework - Cardiff & The Vale Collaboration

Lead Authority - Cardiff Council

Project Reference Number - ERFX1008788

ID

L-5

Document type

Technical specifications

Description

All information on the technical specifications to be met can be found within the 'Documents' tab of the Proactis project. See the below information:

Project Title - General Building Construction & Maintenance Framework - Cardiff & The Vale Collaboration

Lead Authority - Cardiff Council

Project Reference Number - ERFX1008788

ID

future

Document type

Bidding documents

Document type

Via the Proactis Portal

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

Reference Number - ERFX1008788

Project Title - General Building Construction & Maintenance Framework - Cardiff & The Vale Collaboration

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
There are no commodity categories for this notice.

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Document family

Notice details
Publication date:
16 December 2025
Deadline date:
14 January 2026 23:59
Notice type:
UK2
Version:
2
Authority name:
Cardiff Council
Publication date:
12 December 2025
Deadline date:
14 January 2026 23:59
Notice type:
UK2
Version:
1
Authority name:
Cardiff Council
Publication date:
06 May 2026
Deadline date:
03 June 2026 12:00
Notice type:
UK4
Version:
1
Authority name:
Cardiff Council

About the buyer

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

Further information

Date Details

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.