Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
E-mail: BMFW@cardiff.gov.uk
NUTS: UKL22
Internet address(es)
Main address: www.cardiff.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Registration/Register
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Registration/Register
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 Planned Works to Domestic Properties
Reference number: ERFX1007559
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.
Planned works to these properties is undertaken by the Council via 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 planned works to domestic properties.
The estimated total annual contract value is GBP5.65M and the Council is seeking to appoint a total of 8 Contractors to the Framework.
In the event that the Council decides to source works through the Framework Agreement, then it will do so in accordance with the contract terms and conditions, i.e. the Framework Agreement and relevant schedules (and appendices to the same) that will form part of the ITT.
The framework will have two award mechanism; the 1st is a Direct Award for minor planned works and the 2nd is a Mini Competition for unforeseen projects.
II.1.5) Estimated total value
Value excluding VAT:
22 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45300000
45400000
45450000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
This tender process is in relation to planned works to domestic properties.
The estimated total annual contract value is GBP5.65M and the Council is seeking to appoint a total of 8 Contractors to the Framework.
In the event that the Council decides to source works through the Framework Agreement, then it will do so in accordance with the contract terms and conditions, i.e. the Framework Agreement and relevant schedules (and appendices to the same) that will form part of the ITT.
The framework will have two award mechanism; the 1st is a Direct Award for minor planned works and the 2nd is a Mini Competition for unforeseen projects.
The three highest ranked Contractors will be appointed to deliver minor planned works predominately in an allocated District of the city via a Direct Award Mechanism. The estimated annual value of the Direct Award Works is GBP2.35M, and based on this value:
- Contractor 1 / District 1 approximately GBP750K per annum
- Contractor 2 / District 2 approximately GBP1.1M per annum
- Contractor 3 / District 3 approximately GBP500K per annum
The Planned Team will manage the allocation of works to each contractor, predominantly by district although it should be noted that there may be times when Contractors will be required to deliver the works outside of their allocated district. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget.
The Direct Award works include Planned Kitchen upgrades, Minor Bathroom upgrades, Major Fire Damage Repairs, Major Structural Repairs, and Large-scale Disrepair Works.
Please note that if selected to be invited to tender, the Council will limit the award to one district for successful contractors. Bidders will be required to confirm their District preference at tender stage by ranking their preferred Districts 1st, 2nd or 3rd.
Account will be taken of this preference in determining the District successful Contractor’s will be appointed to. The highest ranked tender will be appointed their preferred District, the next highest ranked tender will be appointed their preferred District unless it has already been allocated to the ranked 1 tender; and in which case the 2nd preference district will be allocated and so on.
The Council will determine in which district the required works are located and award the work to the Contractor appointed to that district. However, it should be noted that the Council reserves the right to apply cross district award, for example where there are capacity or performance issues with the contractor appointed to the district in which the works are located.
All 8 Contractors will have the opportunity to bid for planned large scale refurbishment projects unless there are capacity or performance issues; and this work will be awarded via the mini competition award mechanism.
The estimated annual value of these works is GBP3.3M.
It should be noted that the bids for Mini Competition works will be evaluated on 100% cost.
This framework will be for a period of 2 years with the option to extend for up to a further 2 years.
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 up to a further 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: 8
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:
11/08/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
01/09/2021
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:
The procurement for the re-tender will take place prior to expiry of this iteration.
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 either the Contractors initially being appointed withdrawing from the Framework Agreement, or in the event that the Council terminates the agreement with either of the Contractors initially appointed.
To access the tender documentation, please register an interest on the opportunity on the Proactis Portal - https://supplierlive.proactisp2p.com/Account/Login
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:
The Community Benefits included in this contract will be provided in the Invitation to Tender.
(WA Ref:111438)
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
12/07/2021