Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Contact person: Beverley Davies
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
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework for Repairs and Maintenance to Domestic Vacant Properties
Reference number: ERFX1008590
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 14318 properties in number and other properties. The domestic property portfolio consists of
Houses
Bungalows
Low Rise Blocks of Flats
High Rise Blocks of Flats
Sheltered Accommodation
Supported Accommodation Hostels
Traveller Sites
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 which is supported by a pool of small external contractors. This framework would be in addition to the above.
The Council is seeking to appoint 2 Contractors to deliver the work across all areas of the City with Contractor 1 delivering a larger portion of the work approximately two thirds than Contractor 2 approximately one third. The total estimated annual value of the work under this framework is 5.5m and based on this value, Contractor 1 would be awarded work valued at approximately 3.7m per annum and Contractor 2 would be awarded work valued at approximately 1.8m 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 from 1st January 2026, 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:
The Council will award the order on a rotational basis for each category of void works as follows: 2 to Contractor 1, 1 to Contractor 2, then 2 to Contractor 1, 1 to Contractor 2, and so on unless in the event there are capacity or non performance issues, then the Council may skip the contractor with capacity or non-performance issues in the rotation.
The Council reserves the right to deliver the works in house or to purchase from any Contractor outside of this Framework.
Description of Works and Priority Categories
This work will generally comprise of work in unoccupied properties and occasionally garage sites and Supported Accommodation hostels.
Work is generally instigated at the request of the Employer Void Management Unit.
Predominantly this will be multiple activity work. However, on occasion it may be singular activity work such as electrical gas checks or changing of locks etc.
There are six main categories priorities of work
Urgent Quick Turnaround Urgent QT
Completion within 5 working days
Minor Works Quick Turnaround QT Minor Works
Completion within 7 working days.
Pre works
Completion within 5 working days
Minor Works
Completion within 13 working days
Major Works
Completion within 30 working days
Extensive Major Works
Completion within 50 working days
Bidders should allow for Welfare facilities, site set up, mobilisation, hoardings and signage provision within their tendered rates.
II.1.5) Estimated total value
Value excluding VAT:
22 000 000.00
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
45262660
90650000
45421110
45421100
44221100
44221000
44221200
98395000
42512510
50222100
39000000
39141000
39220000
39221000
39221100
45432114
44112210
45441000
45440000
45320000
45453100
44230000
45422000
45421000
44220000
45442100
45451000
44112300
45410000
45431000
44112500
44212310
45262100
45262680
42660000
45262700
44113330
45261420
45232452
43324000
34928200
44114000
44113100
43312300
45111100
45110000
42160000
39715200
39715000
45330000
44115500
45343230
90915000
31625000
24951230
24951220
39531000
39530000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
The scope of the work may include (but not be limited to) to following:
Asbestos Removal / Disposal
Asbestos testing, sampling & surveys
PVCu Windows / Doors fabrication & installation
Window / Doors fabrication & installation
Locksmiths
Damp-proofing / Specialist Treatment
Fitted Furniture & Kitchens
Flooring
Glazing
Insulation
Internal Refurbishment Packages
Carpentry & Joinery Services
Masonry & Bricklaying
Minor Repairs / Redecorations to Vacant Dwellings
Painting & Decorating
Partitions / Interior Fitting out
Plastering / Tiling / Interior Finishing
Pointing Specialists
Wall Tie Replacement Services
Window / Door Repair & Maintenance
Noise Insulation
Roofing
Scaffolding
Metal Fabrication Services
Specialist Welding / Structural Work Repair Services
General Alterations
Textured Coatings Services
Waterproofing Services
Drainage (cleaning / clearing / repairing / moving manholes etc.)
Fencing
Concrete and Paving
Environmental Cleaning
Grounds Maintenance Clearance
Demolition & Clearance – hazardous / biological contaminated waste / sharps.
Demolition & Clearance
Screening / Security of Voids
Shutter / Sliding Doors
Boiler Installation & Maintenance
Electrician Services
Gas Fired Central Heating
Heating, ventilation & Flue Lining Services
Plumbing Installation / Maintenance
Testing Services (PAT testing / Electrical Testing / Dry-Riser Testing)
Electrical Engineering & Lightning Protection
Domestic rewiring
Sprinkler (Inc. fire extinguisher maintenance)
External Wall Insulation
Chimney Sweeps
Landscaping
Specialist Structural Services
Fire Safety Works
Carpets
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:
possible extension for a additional 2 years
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
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
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:
21/03/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
14/04/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
31/12/2025
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
Please refer to the tender documents that can be found on the Proactis Portal under reference ERFX1008590.
https://supplierlive.proactisp2p.com/account/login
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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=147678.
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:
A Community Benefits Question will be inserted as part of the quality questions.
(WA Ref:147678)
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
19/02/2025