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 Disabled Adaptations

  • First published: 22 October 2024
  • Last modified: 22 October 2024

Contents

Summary

OCID:
ocds-kuma6s-145404
Published by:
Vale of Glamorgan Council
Authority ID:
AA0275
Publication date:
22 October 2024
Deadline date:
02 December 2024
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

The Council intends to appoint up to Four (4) Suppliers to the framework and up to Two (2) Suppliers as reserves. The suppliers will be offered work on a rotational basis with priority for the first Four (4) Suppliers. This Framework will operate for a period of two (2) years, with the option to extend for up to an additional two (2) years. - The Vale of Glamorgan Council requires disabled adaptation works that assist individuals to retain their independence at home. A Disabled Facilities Grant (“DFG”) is available to assist eligible people to adapt their homes in the Vale of Glamorgan. It is subject to person and property eligibility which is assessed by the Council. The properties included in the Framework will be privately owned either by the DFG Applicant or their landlord or Council Tenants. Permission for access and to complete the works will be obtained by the Council as part of the DFG process. - To assist eligible people for a DFG (DFG Applicants), the Council offers a Disabled Facilities Agency Service (the Agency Service). Where DFG Applicants choose to employ the Agency Service, the Council will provide a full service in preparing plans, preparing and submitting the formal grant application, supervising works on site and certifying the works on completion. Over the last four (4) years, the Council’s Agency Service has used an Adaptations Framework working with several Suppliers to deliver the adaptation works DFG Applicants require, removing the need for each individual grant to be tendered. - In addition to the above, this framework may be used by the Council’s, Council Housing Adaptations Team (CHAT) to support the delivery of adaptations within its council housing stock for tenants identified as requiring support to continue living independently. The Council has approximately 4,000 properties within its portfolio and the successful contractor(s) will be engaged by the Housing and Building Services Adaptations Team to deliver adaptations. - The following list includes examples of the type of Works that may be required. i. Access to and from Dwelling - External ramping, fixed and temporary - Low threshold doorways - Door entry systems ii. Making dwelling safe - Removable of trip hazards as assessed iii. Accessing principle family room - Widening doorways/structural openings - Hallway alternations iv. Accessing room for sleeping - Altering internal room arrangements - Through floor lift v. Access to lavatory - Installing specialist equipment, e.g. clos-matt - New partitioning in existing room vi. Access to bath/ shower - Removing existing facilities and refitting with adapted equipment, e.g. - Level access shower - Specialised Shower Screen - Thermostat control shower - Anti-slip flooring - Grip rails - Specialised seats - Specialist baths - Creation of wet room - Specialist Shower cubicle - Shower/ changing tables - Specialist W.C. - Hoist Ceiling Rails when access between rooms are required - Specialist drying equipment vii. Access to hand washing facilities - Install W.H.B in bedrooms viii. Facilitating food preparation and cooking - Specialist kitchen equipment ix. Improving and providing heating - Installing additional sources of heating x. The Construction of Extensions to house adaption which can’t be accommodated with the existing floor print of the property. - Ground Floor bedroom - Ground floor bathroom or w.c. - Combination of both - Loft conversion CPV: 45000000, 45000000, 34953000, 39141000, 42416300, 42419500, 42416000, 34952000, 45211100, 45211300, 45211310, 45211350, 45214631, 45300000, 50700000, 50710000, 45400000, 45450000, 45213316, 45313200, 45313100, 45313000, 45331000, 45421110, 45421100, 45421111, 45421112, 45421130, 45421131, 45421132, 39144000, 39715200, 45331100, 45453100, 33196200, 39141400, 45421151.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Vale of Glamorgan Council

Civic Offices, Holton Road

BARRY

CF63 4RU

UK

Contact person: Iftekhar Hussain

E-mail: EnvironmentProcurement@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: http://www.valeofglamorgan.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0275

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://www.sell2wales.gov.wales/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sell2wales.gov.wales/


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 Disabled Adaptations

Reference number: VOG/IH/21/10/24

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Council intends to appoint up to Four (4) Suppliers to the framework and up to Two (2) Suppliers as reserves. The suppliers will be offered work on a rotational basis with priority for the first Four (4) Suppliers.

This Framework will operate for a period of two (2) years, with the option to extend for up to an additional two (2) years.

-

The Vale of Glamorgan Council requires disabled adaptation works that assist individuals to retain their independence at home. A Disabled Facilities Grant (“DFG”) is available to assist eligible people to adapt their homes in the Vale of Glamorgan. It is subject to person and property eligibility which is assessed by the Council. The properties included in the Framework will be privately owned either by the DFG Applicant or their landlord or Council Tenants. Permission for access and to complete the works will be obtained by the Council as part of the DFG process.

-

To assist eligible people for a DFG (DFG Applicants), the Council offers a Disabled Facilities Agency Service (the Agency Service). Where DFG Applicants choose to employ the Agency Service, the Council will provide a full service in preparing plans, preparing and submitting the formal grant application, supervising works on site and certifying the works on completion. Over the last four (4) years, the Council’s Agency Service has used an Adaptations Framework working with several Suppliers to deliver the adaptation works DFG Applicants require, removing the need for each individual grant to be tendered.

-

In addition to the above, this framework may be used by the Council’s, Council Housing Adaptations Team (CHAT) to support the delivery of adaptations within its council housing stock for tenants identified as requiring support to continue living independently. The Council has approximately 4,000 properties within its portfolio and the successful contractor(s) will be engaged by the Housing and Building Services Adaptations Team to deliver adaptations.

-

The following list includes examples of the type of Works that may be required.

i. Access to and from Dwelling

- External ramping, fixed and temporary

- Low threshold doorways

- Door entry systems

ii. Making dwelling safe

- Removable of trip hazards as assessed

iii. Accessing principle family room

- Widening doorways/structural openings

- Hallway alternations

iv. Accessing room for sleeping

- Altering internal room arrangements

- Through floor lift

v. Access to lavatory

- Installing specialist equipment, e.g. clos-matt

- New partitioning in existing room

vi. Access to bath/ shower

- Removing existing facilities and refitting with adapted equipment, e.g.

- Level access shower

- Specialised Shower Screen

- Thermostat control shower

- Anti-slip flooring

- Grip rails

- Specialised seats

- Specialist baths

- Creation of wet room

- Specialist Shower cubicle

- Shower/ changing tables

- Specialist W.C.

- Hoist Ceiling Rails when access between rooms are required

- Specialist drying equipment

vii. Access to hand washing facilities

- Install W.H.B in bedrooms

viii. Facilitating food preparation and cooking

- Specialist kitchen equipment

ix. Improving and providing heating

- Installing additional sources of heating

x. The Construction of Extensions to house adaption which can’t be accommodated with the existing floor print of the property.

- Ground Floor bedroom

- Ground floor bathroom or w.c.

- Combination of both

- Loft conversion

II.1.5) Estimated total value

Value excluding VAT: 7 320 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45000000

34953000

39141000

42416300

42419500

42416000

34952000

45211100

45211300

45211310

45211350

45214631

45300000

50700000

50710000

45400000

45450000

45213316

45313200

45313100

45313000

45331000

45421110

45421100

45421111

45421112

45421130

45421131

45421132

39144000

39715200

45331100

45453100

33196200

39141400

45421151

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

The Council intends to appoint up to Four (4) Suppliers to the framework and up to Two (2) Suppliers as reserves. The suppliers will be offered work on a rotational basis with priority for the first Four (4) Suppliers.

This Framework will operate for a period of two (2) years, with the option to extend for up to an additional two (2) years.

-

The Council will follow an open procedure that comprises supplier business evaluation and tender response. Bidder’s price, quality and community benefit scores will be added together and the Bidder(s) with the highest overall total score on the lot in question up to the maximum appointed to the lot.

-

All Bidders are required to complete and submit the following (which will constitute a complete Bid response):

(1) Completed Part A – Selection Stage – Pre-Qualification Questionnaire (Part A);

(2) Completed Part B – ITT Response (Part B);

-

The first stage of the process is a selection process as set out in Appendix B in the Invitation to Tender (ITT) document. The Contracting Authority will evaluate Bidders’ PQQ responses to the selection questions in the PQQ (Appendix B) against the PQQ Evaluation Criteria and Weightings set out in the ITT before evaluating the ITT responses.

-

PQQ responses will be evaluated as Pass or Fail or scored out of five (5), where five is the maximum score. A minimum of 87 points will need to be achieved to qualify to the next stage. Failure to meet the mandatory requirements will result in Bidders not being considered further and their Bid rejected. Bidders that meet the mandatory requirements and have scored greater than the minimum score set out above will proceed to the second stage of the process and have their ITT submission evaluated.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 7 320 000.00  GBP

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 24 months after the initial 24.

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

II.2.14) Additional information

Please refer to the Tender Documentation.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please refer to the Tender Documentation.

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.2.2) Contract performance conditions

Please refer to the Tender Documentation.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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: 6

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: 02/12/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 02/12/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The Council will review and issue any tender documentation prior to the 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

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=145404.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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 refer to tender documentation

(WA Ref:145404)

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

22/10/2024

Coding

Commodity categories

ID Title Parent category
34953000 Access ramps Loadbearing equipment
39144000 Bathroom furniture Domestic furniture
45211310 Bathrooms construction work Construction work for multi-dwelling buildings and individual houses
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
45000000 Construction work Construction and Real Estate
45211100 Construction work for houses Construction work for multi-dwelling buildings and individual houses
33196200 Devices for the disabled Medical aids
45313200 Escalator installation work Lift and escalator installation work
39141400 Fitted kitchens Kitchen furniture and equipment
39715200 Heating equipment Water heaters and heating for buildings; plumbing equipment
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
42416300 Hoists Lifts, skip hoists, hoists, escalators and moving walkways
45211300 Houses construction work Construction work for multi-dwelling buildings and individual houses
34952000 Hydraulic-platforms hoists Loadbearing equipment
45421110 Installation of door and window frames Joinery work
45421111 Installation of door frames Joinery work
45421131 Installation of doors Joinery work
45421130 Installation of doors and windows Joinery work
45421100 Installation of doors and windows and related components Joinery work
45421151 Installation of fitted kitchens Joinery work
45421112 Installation of window frames Joinery work
45421132 Installation of windows Joinery work
45214631 Installation works of cleanrooms Construction work for buildings relating to education and research
45213316 Installation works of walkways Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
39141000 Kitchen furniture and equipment Domestic furniture
45313000 Lift and escalator installation work Electrical installation work
45313100 Lift installation work Lift and escalator installation work
42416000 Lifts, skip hoists, hoists, escalators and moving walkways Lifting and handling equipment
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
45450000 Other building completion work Building completion work
42419500 Parts of lift, skip hoists or escalators Parts of lifting and handling equipment
45453100 Refurbishment work Overhaul and refurbishment work
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations

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:
EnvironmentProcurement@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.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

zip
zip21.97 MB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.