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 Environmental and External Improvements

  • First published: 13 June 2022
  • Last modified: 13 June 2022
  • 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-122056
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
13 June 2022
Deadline date:
13 July 2022
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 13,785 Council owned dwellings in number) and other properties. Of these there are 786 courtyards or common areas and gardens, serving 882 physical blocks of flats. The Council aims to invest in the external environment of its estates and to create safe, accessible and attractive environments for its tenants and residents. The Council is seeking to appoint a single Contractor to this framework agreement. The estimated annual value for year 1 is 2,375,000GBP plus VAT, for years 2 to 4 is 2,025,000GBP plus VAT. It should be noted that the estimated value is indicative only, and may change dependant on demand and budget. The Contract period will be 2 years (starting 1st October 2022) with the option to extend for up to a further 2 years. 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. These contract terms and conditions will provide that the Council will source its requirements in accordance with the following approach: Direct award to the appointed Contractor (based on contracted schedule of rates) unless there are capacity or performance issues, and then the Council will make alternative arrangements to source the work outside of this framework. CPV: 45000000, 45262640, 45112700, 45342000, 45432112, 77314000, 45262660, 45200000, 45421100, 45421110, 45420000, 45422000, 45262522, 45262500, 45442100, 45261900, 45261920, 45261420, 45223200, 45421148, 44221310, 45233253, 45233161.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Telephone: +44 2920873732

E-mail: BMFW@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: https://www.cardiff.gov.uk

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

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework for Environmental and External Improvements

Reference number: ERFX1007872

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 13,785 Council owned dwellings in number) and other properties.

Of these there are 786 courtyards or common areas and gardens, serving 882 physical blocks of flats.

The Council aims to invest in the external environment of its estates and to create safe, accessible and attractive environments for its tenants and residents.

The Council is seeking to appoint a single Contractor to this framework agreement. The estimated annual value for year 1 is 2,375,000GBP plus VAT, for years 2 to 4 is 2,025,000GBP plus VAT. It should be noted that the estimated value is indicative only, and may change dependant on demand and budget.

The Contract period will be 2 years (starting 1st October 2022) with the option to extend for up to a further 2 years.

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. These contract terms and conditions will provide that the Council will source its requirements in accordance with the following approach:

Direct award to the appointed Contractor (based on contracted schedule of rates) unless there are capacity or performance issues, and then the Council will make alternative arrangements to source the work outside of this framework.

II.1.5) Estimated total value

Value excluding VAT: 10 140 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45262640

45112700

45342000

45432112

77314000

45262660

45200000

45421100

45421110

45420000

45422000

45262522

45262500

45442100

45261900

45261920

45261420

45223200

45421148

44221310

45233253

45233161

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

Scope of works

The scope of the work for may include (but not be limited to) to following:

- Environmental Improvements

- Construction – Civil Engineering

- Construction – External Works

- Construction - Landscaping

- Asbestos Removal / Disposal

- Asbestos assessment

- PVCu Windows / Doors fabrication & installation

- Window / Doors fabrication & installation

- Locksmiths

- Damp-proofing / Specialist Treatment

- Carpentry & Joinery Services

- Masonry & Bricklaying

- Painting & Decorating

- Pointing Specialists

- Roofing & Cladding

- Scaffolding

- Metal Fabrication Services

- Specialist Welding / Structural Work Repair Services

- Textured Coatings Services

- Waterproofing Services

- Drainage (cleaning / clearing/ repairing / moving manholes etc.)

- Fencing

- Concrete and Paving

- Environmental Cleaning

- Grounds Maintenance Clearance

- Demolition & Clearance

- Electrician Services

- Street Lighting

Some comprehensive estate regeneration schemes based on needs and priorities identified through consultation for individual areas. Schemes generally include improvements or renewal to parking provision, property curtilages, rear gullies and alley-ways, lighting, amenity areas footpaths carriageways and courtyards.

Smaller one-off improvements in response to specific issues, such as fire actions, gulley improvements, alley-gating, parking, courtyards or footways.

Alley Gating are ongoing 2-year programmes to investigate and secure rear lanes by the means of manually operated gates. Programmes are agreed every 2 years and include lanes identified as the highest priorities for the Council, in terms of the levels of anti-social behaviour, crime and environmental issues. All schemes are subject to support from the local community and consideration of any representations during the legal process. The programme aims to deliver approximately 20 gated schemes with approx. 25 – 45 gate installations per year.

Fire actions are typically the relocation of an existing bin-store sited too close to the main building. Repositioned in a new location a set distance away to prevent fire spread to the main building. The works are usually a new brick built bin store, set on a concrete slab, steel railings and a secure steel lockable gate. Enabling works may also include, concrete paths, slabs, drainage etc

A rolling programme of courtyard improvements has been developed specifically tackling issues around security, improved amenity space for tenants, improved bin storage, surfacing and access. The programme is based on prioritising the courtyards in worst condition first and it is anticipated undertaking around 20 courtyard improvements every year depending upon capacity.

Defensible space improvements to flats are also planned this will include Railings and gates, pathway renewal and where possible level access ramp to front communal door.

Please see tender documentation for further information that is available to access free of charge at: https://supplierlive.proactisp2p.com/Account/Login

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:

There is an option to extend for a further two(2) years.

This Framework may be renewed prior to the expiry of this iteration.

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 a single operator.

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: 13/07/2022

Local time: 12:00

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

Date: 08/08/2022

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

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This Framework may be renewed prior to this 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.

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:

Please see tender documentation for further information.

(WA Ref:122056)

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

13/06/2022

Coding

Commodity categories

ID Title Parent category
44221310 Access gates Windows, doors and related items
45262660 Asbestos-removal work Special trade construction works other than roof works
45422000 Carpentry installation work Joinery and carpentry installation work
45000000 Construction work Construction and Real Estate
45262640 Environmental improvement works Special trade construction works other than roof works
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
77314000 Grounds maintenance services Planting and maintenance services of green areas
45421110 Installation of door and window frames Joinery work
45421100 Installation of doors and windows and related components Joinery work
45421148 Installation of gates Joinery work
45420000 Joinery and carpentry installation work Building completion work
45112700 Landscaping work Excavating and earthmoving work
45432112 Laying of paving Floor-laying and covering, wall-covering and wall-papering work
45262500 Masonry and bricklaying work Special trade construction works other than roof works
45262522 Masonry work Special trade construction works other than roof works
45442100 Painting work Application work of protective coatings
45261920 Roof maintenance work Erection and related works of roof frames and coverings
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
45223200 Structural works Structures construction work
45233253 Surface work for footpaths Construction, foundation and surface works for highways, roads
45261420 Waterproofing work Erection and related works of roof frames and coverings
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Alert region restrictions

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

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
BMFW@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.