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