Notice Information
Notice Title
Framework for Planned Works to Domestic Properties
Notice Description
The domestic property portfolio of the Council comprises a mixture of social housing (approximately 13,723 properties in number) and other properties. Planned works to these properties is undertaken by the Council via external contractors. Dwellings will vary in age and condition and bidders are advised to make due allowance for this. This tender process was is in relation to planned works to domestic properties. The estimated total annual contract value is GBP5.65M and the Council is seeking to appoint a total of 8 Contractors to the Framework. 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. The framework will have two award mechanism; the 1st is a Direct Award for minor planned works and the 2nd is a Mini Competition for unforeseen projects.
Lot Information
Lot 1
This tender process was in relation to planned works to domestic properties. The estimated total annual contract value is GBP5.65M and the Council is seeking to appoint a total of 8 Contractors to the Framework. 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. The framework will have two award mechanism; the 1st is a Direct Award for minor planned works and the 2nd is a Mini Competition for unforeseen projects. The three highest ranked Contractors will be appointed to deliver minor planned works predominately in an allocated District of the city via a Direct Award Mechanism. The estimated annual value of the Direct Award Works is GBP2.35M, and based on this value: - Contractor 1 / District 1 approximately GBP750K per annum - Contractor 2 / District 2 approximately GBP1.1M per annum - Contractor 3 / District 3 approximately GBP500K per annum The Planned Team will manage the allocation of works to each contractor, predominantly by district although it should be noted that there may be times when Contractors will be required to deliver the works outside of their allocated district. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget. The Direct Award works include Planned Kitchen upgrades, Minor Bathroom upgrades, Major Fire Damage Repairs, Major Structural Repairs, and Large-scale Disrepair Works. Please note that if selected to be invited to tender, the Council will limit the award to one district for successful contractors. Bidders will be required to confirm their District preference at tender stage by ranking their preferred Districts 1st, 2nd or 3rd. Account will be taken of this preference in determining the District successful Contractor's will be appointed to. The highest ranked tender will be appointed their preferred District, the next highest ranked tender will be appointed their preferred District unless it has already been allocated to the ranked 1 tender; and in which case the 2nd preference district will be allocated and so on. The Council will determine in which district the required works are located and award the work to the Contractor appointed to that district. However, it should be noted that the Council reserves the right to apply cross district award, for example where there are capacity or performance issues with the contractor appointed to the district in which the works are located. All 4 Contractors will have the opportunity to bid for planned large scale refurbishment projects unless there are capacity or performance issues; and this work will be awarded via the mini competition award mechanism. The estimated annual value of these works is GBP3.3M. It should be noted that the bids for Mini Competition works will be evaluated on 100% cost. This framework will be for a period of 2 years with the option to extend for up to a further 2 years.
Renewal: Option to extend for up to a further 2 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c6d7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009141-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45300000 - Building installation work
45400000 - Building completion work
45450000 - Other building completion work
Notice Value(s)
- Tender Value
- £22,600,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £22,600,000 £10M-£100M
Notice Dates
- Publication Date
- 5 Apr 20223 years ago
- Submission Deadline
- 11 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Mar 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- The procurement for the re-tender will take place prior to expiry of this iteration.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CARDIFF COUNCIL
- Contact Name
- Not specified
- Contact Email
- bmfw@cardiff.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CARDIFF
- Postcode
- CF10 4UW
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL52 Cardiff and Vale of Glamorgan
- Delivery Location
- TLL22 Cardiff and Vale of Glamorgan
-
- Local Authority
- Cardiff
- Electoral Ward
- Butetown
- Westminster Constituency
- Cardiff South and Penarth
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02c6d7-2022-04-05T15:25:14+01:00",
"date": "2022-04-05T15:25:14+01:00",
"ocid": "ocds-h6vhtk-02c6d7",
"description": "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. (WA Ref:119450)",
"initiationType": "tender",
"tender": {
"id": "ERFX1007559",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Framework for Planned Works to Domestic Properties",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "The domestic property portfolio of the Council comprises a mixture of social housing (approximately 13,723 properties in number) and other properties. Planned works to these properties is undertaken by the Council via external contractors. Dwellings will vary in age and condition and bidders are advised to make due allowance for this. This tender process was is in relation to planned works to domestic properties. The estimated total annual contract value is GBP5.65M and the Council is seeking to appoint a total of 8 Contractors to the Framework. 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. The framework will have two award mechanism; the 1st is a Direct Award for minor planned works and the 2nd is a Mini Competition for unforeseen projects.",
"value": {
"amount": 22600000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This tender process was in relation to planned works to domestic properties. The estimated total annual contract value is GBP5.65M and the Council is seeking to appoint a total of 8 Contractors to the Framework. 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. The framework will have two award mechanism; the 1st is a Direct Award for minor planned works and the 2nd is a Mini Competition for unforeseen projects. The three highest ranked Contractors will be appointed to deliver minor planned works predominately in an allocated District of the city via a Direct Award Mechanism. The estimated annual value of the Direct Award Works is GBP2.35M, and based on this value: - Contractor 1 / District 1 approximately GBP750K per annum - Contractor 2 / District 2 approximately GBP1.1M per annum - Contractor 3 / District 3 approximately GBP500K per annum The Planned Team will manage the allocation of works to each contractor, predominantly by district although it should be noted that there may be times when Contractors will be required to deliver the works outside of their allocated district. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget. The Direct Award works include Planned Kitchen upgrades, Minor Bathroom upgrades, Major Fire Damage Repairs, Major Structural Repairs, and Large-scale Disrepair Works. Please note that if selected to be invited to tender, the Council will limit the award to one district for successful contractors. Bidders will be required to confirm their District preference at tender stage by ranking their preferred Districts 1st, 2nd or 3rd. Account will be taken of this preference in determining the District successful Contractor's will be appointed to. The highest ranked tender will be appointed their preferred District, the next highest ranked tender will be appointed their preferred District unless it has already been allocated to the ranked 1 tender; and in which case the 2nd preference district will be allocated and so on. The Council will determine in which district the required works are located and award the work to the Contractor appointed to that district. However, it should be noted that the Council reserves the right to apply cross district award, for example where there are capacity or performance issues with the contractor appointed to the district in which the works are located. All 4 Contractors will have the opportunity to bid for planned large scale refurbishment projects unless there are capacity or performance issues; and this work will be awarded via the mini competition award mechanism. The estimated annual value of these works is GBP3.3M. It should be noted that the bids for Mini Competition works will be evaluated on 100% cost. This framework will be for a period of 2 years with the option to extend for up to a further 2 years.",
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for up to a further 2 years"
},
"secondStage": {
"maximumCandidates": 15
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "45400000",
"description": "Building completion work"
},
{
"scheme": "CPV",
"id": "45450000",
"description": "Other building completion work"
}
],
"deliveryAddresses": [
{
"region": "UKL22"
},
{
"region": "UKL22"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Registration/Register",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 8
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-08-11T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2021-09-01T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en",
"cy"
]
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "The procurement for the re-tender will take place prior to expiry of this iteration."
}
},
"parties": [
{
"id": "GB-FTS-1123",
"name": "Cardiff Council",
"identifier": {
"legalName": "Cardiff Council"
},
"address": {
"streetAddress": "County Hall, Atlantic Wharf",
"locality": "Cardiff",
"region": "UKL22",
"postalCode": "CF10 4UW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "BMFW@cardiff.gov.uk",
"url": "https://supplierlive.proactisp2p.com/Account/Registration/Register"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.cardiff.gov.uk",
"buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-111",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-48995",
"name": "R & M Williams Ltd",
"identifier": {
"legalName": "R & M Williams Ltd"
},
"address": {
"streetAddress": "Williams House, Westpoint Industrial Estate Penarth Road",
"locality": "Cardiff",
"region": "UKL",
"postalCode": "CF118JQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-41581",
"name": "Ian Williams Limited",
"identifier": {
"legalName": "Ian Williams Limited"
},
"address": {
"streetAddress": "Ian Williams Limited, Quarry Road Chipping Sodbury",
"locality": "Bristol",
"region": "UK",
"postalCode": "BS376JL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-21101",
"name": "LCB Construction LTD",
"identifier": {
"legalName": "LCB Construction LTD"
},
"address": {
"streetAddress": "LCB Construction LTD, 10 Stuart Close Trade Park",
"locality": "Cardiff",
"region": "UKL",
"postalCode": "CF118EE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-44123",
"name": "M Delacey & Sons (Holdings) Ltd",
"identifier": {
"legalName": "M Delacey & Sons (Holdings) Ltd"
},
"address": {
"streetAddress": "The Gaot Mill Road, Dowlais",
"locality": "Merthyr Tydfil",
"region": "UKL",
"postalCode": "CF483TD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1123",
"name": "Cardiff Council"
},
"language": "en",
"awards": [
{
"id": "009141-2022-ERFX1007559-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-48995",
"name": "R & M Williams Ltd"
},
{
"id": "GB-FTS-41581",
"name": "Ian Williams Limited"
},
{
"id": "GB-FTS-21101",
"name": "LCB Construction LTD"
},
{
"id": "GB-FTS-44123",
"name": "M Delacey & Sons (Holdings) Ltd"
}
]
}
],
"contracts": [
{
"id": "009141-2022-ERFX1007559-1",
"awardID": "009141-2022-ERFX1007559-1",
"status": "active",
"value": {
"amount": 22600000,
"currency": "GBP"
},
"dateSigned": "2022-03-30T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
}
}