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 Repairs and Maintenance to Domestic Vacant Properties

  • First published: 19 February 2025
  • Last modified: 19 February 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-kuma6s-147678
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
19 February 2025
Deadline date:
21 March 2025
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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. CPV: 45000000, 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,

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
42160000 Boiler installations Machinery for the production and use of mechanical power
44230000 Builders carpentry Structural products
44220000 Builders joinery Structural products
45262700 Building alteration work Special trade construction works other than roof works
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
31625000 Burglar and fire alarms Sound or visual signalling apparatus
45422000 Carpentry installation work Joinery and carpentry installation work
39531000 Carpets Carpets, mats and rugs
39530000 Carpets, mats and rugs Textile articles
44113330 Coating materials Road-construction materials
44114000 Concrete Construction materials
45000000 Construction work Construction and Real Estate
42512510 Dampers Air-conditioning installations
45451000 Decoration work Other building completion work
45111100 Demolition work Demolition, site preparation and clearance work
44221200 Doors Windows, doors and related items
43324000 Drainage equipment Construction equipment
45232452 Drainage works Ancillary works for pipelines and cables
34928200 Fences Road furniture
24951220 Fire-extinguisher agents Greases and lubricants
24951230 Fire-extinguisher charges Greases and lubricants
90915000 Furnace and chimney cleaning services Cleaning services
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
45441000 Glazing work Painting and glazing work
39715200 Heating equipment Water heaters and heating for buildings; plumbing equipment
45421110 Installation of door and window frames Joinery work
45421100 Installation of doors and windows and related components Joinery work
45320000 Insulation work Building installation work
45421000 Joinery work Joinery and carpentry installation work
39221000 Kitchen equipment Kitchen equipment, household and domestic items and catering supplies
39220000 Kitchen equipment, household and domestic items and catering supplies Furnishing
39141000 Kitchen furniture and equipment Domestic furniture
39221100 Kitchenware Kitchen equipment
98395000 Locksmith services Other services
45440000 Painting and glazing work Building completion work
45442100 Painting work Application work of protective coatings
44112300 Partitions Miscellaneous building structures
43312300 Paving machinery Road-surfacing machinery
44113100 Paving materials Road-construction materials
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
45453100 Refurbishment work Overhaul and refurbishment work
50000000 Repair and maintenance services Other Services
50222100 Repair and maintenance services of dampers Repair and maintenance services of rolling stock
44112500 Roofing materials Miscellaneous building structures
44212310 Scaffolding Structural products and parts except prefabricated buildings
45262100 Scaffolding work Special trade construction works other than roof works
42660000 Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment Machine tools
44112210 Solid flooring Miscellaneous building structures
44115500 Sprinkler systems Building fittings
45343230 Sprinkler systems installation work Fire-prevention installation works
45431000 Tiling work Floor and wall covering work
39715000 Water heaters and heating for buildings; plumbing equipment Electrical domestic appliances
45261420 Waterproofing work Erection and related works of roof frames and coverings
45262680 Welding Special trade construction works other than roof works
44221100 Windows Windows, doors and related items
44221000 Windows, doors and related items Builders joinery
45432114 Wood flooring work Floor-laying and covering, wall-covering and wall-papering 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.