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