Award

Framework for Planned Works to Domestic Properties

CARDIFF COUNCIL

This public procurement record has 2 releases in its history.

Award

05 Apr 2022 at 14:25

Tender

12 Jul 2021 at 13:54

Summary of the contracting process

The Cardiff Council is conducting a tender for the "Framework for Planned Works to Domestic Properties," aimed at addressing construction needs within a range of domestic properties, including approximately 13,723 social housing units. Currently, the procurement is at the "Tender" stage and is expected to involve a Restricted procedure given the estimated annual contract value of GBP 5.65 million over a period of two years, with potential extensions. Key dates include the tender submission deadline on 11th August 2021 and the second stage invitation date on 1st September 2021. This framework will enable the Council to appoint up to eight contractors to deliver various planned works, subdivided into minor planned works and larger refurbishment projects through a mini-competition mechanism. 

This tender presents a valuable opportunity for construction firms, particularly those focusing on domestic property renovations, to engage with public sector contracts. Small and medium enterprises (SMEs) as well as larger construction companies with a proven track record in delivering similar works would be well-suited to compete for a place on this framework. Successful bidders may find themselves undertaking Planned Kitchen and Bathroom upgrades, Major Fire Damage Repairs, and Large-scale Disrepair Works, which are likely to contribute to business growth and enhance their portfolios in public sector projects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Supplier Information

Number of Suppliers
4
Supplier Names

IAN WILLIAMS

LCB CONSTRUCTION

M DELACEY & SONS (HOLDINGS

R & M WILLIAMS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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
            }
        ]
    }
}