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/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 Repairs & Maintenance to Domestic Vacant Properties
Reference number: ERFX1007463
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 17,723 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.
Dwellings will vary in age and condition and bidders are advised to make due allowance for this.
This tender process is in relation to repairs and maintenance to domestic vacant properties.
II.1.5) Estimated total value
Value excluding VAT:
11 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50000000
45211000
45211100
45211340
45400000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
The domestic property portfolio of the Council comprises a mixture of social housing (approximately 17,723 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.
Dwellings will vary in age and condition and bidders are advised to make due allowance for this.
This tender process is in relation to repairs and maintenance to domestic vacant properties.
The Council has a small in-house workforce delivering repairs and maintenance to domestic vacant properties, and this framework would be in addition to the in-house workforce.
The Council is seeking to appoint 2 Contractors do deliver the work across all districts of the City; with Contractor 1 delivering a larger portion of the work than Contractor 2. The estimated annual value of the work is GBP2.9M, and based on this value, Contractor 1 would be awarded work valued at approximately GBP2M per annum and Contractor 2 would be awarded work valued at GBP900K per annum. The Voids Team will manage the allocation of works to this effect. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget.
The Contract period will be 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 two 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:
14/06/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
23/07/2021
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:
Tender 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.
To access the tender documentation, please register an interest on the opportunity on the Proactis Portal - https://supplierlive.proactisp2p.com/
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:
Details provided within the Invitation to Tender
(WA Ref:109737)
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
13/05/2021