Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

FRAMEWORK FOR RESPONSIVE REPAIRS TO DOMESTIC PROPERTIES

  • First published: 28 May 2021
  • Last modified: 28 May 2021
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-110641
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
28 May 2021
Deadline date:
25 June 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The domestic property portfolio of the Council comprises a mixture of social housing (approximately 13,723 properties in number) and other properties. Maintenance of these properties is undertaken by the Council via a mixture of in house provision and external contractors. Approximately 90% of responsive repairs are undertaken by the in house workforce of the Council with only capacity and specialist works being issued to external contractors. Dwellings will vary in age and condition and bidders are advised to make due allowance for this. This tender process is in relation to responsive repairs and maintenance to domestic properties. The Council has an in-house workforce delivering responsive repairs & maintenance to domestic properties, and this framework would be to support the in-house workforce by completing works that it does not have the capacity or specialist skills to deliver (e.g. asbestos works) to complete. The Council is seeking to appoint 2 Contractors do deliver a similar volume and value of works. Each contractor would predominantly deliver works in an allocated district of the city, although cross district award will be permitted, for example where there are capacity or performance issues. The estimated annual value is GBP2m (approximately GBP1m per Contractor). CPV: 45000000, 45000000, 45210000, 45211000, 45211300, 45211100, 45262700, 45400000, 45300000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

E-mail: corporate.procurement@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: www.cardiff.gov.uk

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

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://supplierlive.proactisp2p.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

FRAMEWORK FOR RESPONSIVE REPAIRS TO DOMESTIC PROPERTIES

Reference number: ERFX1007520

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The domestic property portfolio of the Council comprises a mixture of social housing (approximately 13,723 properties in number) and other properties. Maintenance of these properties is undertaken by the Council via a mixture of in house provision and external contractors.

Approximately 90% of responsive repairs are undertaken by the in house workforce of the Council with only capacity and specialist works being issued to external contractors.

Dwellings will vary in age and condition and bidders are advised to make due allowance for this.

This tender process is in relation to responsive repairs and maintenance to domestic properties.

The Council has an in-house workforce delivering responsive repairs & maintenance to domestic properties, and this framework would be to support the in-house workforce by completing works that it does not have the capacity or specialist skills to deliver (e.g. asbestos works) to complete.

The Council is seeking to appoint 2 Contractors do deliver a similar volume and value of works. Each contractor would predominantly deliver works in an allocated district of the city, although cross district award will be permitted, for example where there are capacity or performance issues. The estimated annual value is GBP2m (approximately GBP1m per Contractor).

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45000000

45210000

45211000

45211300

45211100

45262700

45400000

45300000

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

This work will generally comprise of Work in occupied properties / communal areas/ garage sites/ traveler sites/ hostels.

Work is generally instigated at the request of the tenant / occupier

Predominantly this will be singular activity work (for example – Renew ceiling including painting on completion) but may involve associated works (for example – removal or replacement of a radiator for plastering a wall).

There are three main priorities of work:

- Emergency - Response within 2 hours and completion within 24 hours

- Urgent - Response and completion within 5 working days

- Routine - Response and completion within 25 working days

Listed below are examples of the work trades which will be in scope of responsive repairs / compliance works:

- Asbestos surveys / removal

- Drainage

- Electrical

- Gas

- Glazing

- Painting

- Roofing

- Scaffolding

- Screening

- Central Heating Upgrades

- Fire Safety

- Specialist Works

- Brickwork

- Plastering

- Carpentry

- Plumbing

- Flooring

- Communal Boiler Repairs

Compliance Works:

- Legionella

- Dry Risers

- Water Boosters

- Sprinklers

- Fire Extinguishers

- Emergency Lighting

- PAT Testing

- Communal Boiler Servicing

- Roller Shutters

- Solar / PV Systems

- Solid Fuel

Cardiff Council operates an Out of Hours (OOH) service, and appointed Contractors would be expected to provide and OOH to supplement this provision. For some specialist trades this OOH service provision will need to be 24/7/365.

It should be noted that the following types of work could fall into the responsive repairs category:

Fire Damage:

- Work in occupied properties

- Small value / single activity work (for example – smoke damage to one room) but may involve associated work (for example – removal or replacement of a radiator for plastering a wall).

Structural Works:

- Work in occupied properties

- Minor structural work (for example – renewal of lintel / replacement of brickwork)

Caretaker’s Properties:

- Work in occupied properties

- Predominantly this will be singular activity work (for example – Renew ceiling including painting on completion) but may involve associated works (for example removal or replacement of a radiator or plastering a wall).

- This work could also comprise of annual gas service or periodic electrical testing on request.

II.2.5) Award criteria

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

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further two(2) years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

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

Envisaged maximum number of participants to the framework agreement: 2

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 25/06/2021

Local time: 12:00

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

Date: 02/08/2021

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

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Future tenders will be issued prior to the expiry of this Framework.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Council reserves the right to appoint a replacement contractor in the event of the Contractor initially being appointed withdrawing from the Framework Agreement, or in the event that the Council terminates the agreement with the Contractor initially appointed. To be clear if a supplier is lost, the next highest scoring bidder will be approached with a view to them being appointed as a replacement Contractor.

Please 'register an interest' via https://supplierlive.proactisp2p.com/ to access the tender documentation.

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

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Will be included within the ITT.

(WA Ref:110641)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

28/05/2021

Coding

Commodity categories

ID Title Parent category
45262700 Building alteration work Special trade construction works other than roof works
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45211100 Construction work for houses Construction work for multi-dwelling buildings and individual houses
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45211300 Houses construction work Construction work for multi-dwelling buildings and individual houses

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
28 May 2021
Deadline date:
25 June 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Cardiff Council
Publication date:
14 February 2022
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Cardiff Council

About the buyer

Main contact:
corporate.procurement@cardiff.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.