Award

Framework for Planned Works to Domestic Properties

CARDIFF COUNCIL

This public procurement record has 1 release in its history.

Award

05 Apr 2022 at 00:00

Summary of the contracting process

The Cardiff Council is currently managing a public procurement process titled "Framework for Planned Works to Domestic Properties," focusing on the general public services sector. This initiative is part of the works category, aimed at delivering planned works necessary for the Council's domestic property portfolio, which consists of approximately 13,723 social housing and other properties. The procurement method is a restrictive procedure, seeking to appoint up to 8 contractors to a framework with an estimated annual value of GBP 5.65 million. The contract is ongoing, with significant milestones, including the contract signing on 30 March 2022, and the invitation to tender that was published on 5 April 2022.

This tender presents lucrative opportunities for businesses, particularly those in construction and property services, to gain substantial contracts through direct awards or mini competitions for unforeseen projects over a period of two years, with the potential for extension. Small to medium-sized enterprises (SMEs) as well as larger contractors would be ideal contenders, enabling them to engage in various works such as planned kitchen upgrades, structural repairs, and more. Businesses interested in participating will need to showcase their capacity for quality and competitive pricing, as proposals will be assessed on a 50/50 quality-to-price basis to ensure fairness and capability in delivering the required services.

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.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-111438
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=111438
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award 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
Not specified
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
Not specified
Future Notice Date
Not specified
Award Date
30 Mar 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
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

Further Information

Notice Documents

  • https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=APR394090
    Framework for Planned Works to Domestic Properties - 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.

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-kuma6s-111438-2022-04-05T00:00:00Z",
    "date": "2022-04-05T00:00:00Z",
    "ocid": "ocds-kuma6s-111438",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-105",
            "name": "Cardiff Council",
            "identifier": {
                "legalName": "Cardiff Council"
            },
            "address": {
                "streetAddress": "County Hall, Atlantic Wharf",
                "locality": "Cardiff",
                "region": "UKL22",
                "postalCode": "CF10 4UW"
            },
            "contactPoint": {
                "email": "BMFW@cardiff.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.cardiff.gov.uk"
            }
        },
        {
            "id": "org-106",
            "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"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-107",
            "name": "Ian Williams Limited",
            "identifier": {
                "legalName": "Ian Williams Limited"
            },
            "address": {
                "streetAddress": "Ian Williams Limited, Quarry Road Chipping Sodbury",
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS376JL"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-108",
            "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"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-109",
            "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"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-4",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Cardiff Council",
        "id": "org-105"
    },
    "tender": {
        "id": "ocds-kuma6s-111438-tender-119450-ERFX1007559",
        "title": "Framework for Planned Works to Domestic Properties",
        "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.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45300000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45400000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45450000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL22"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "APR394090",
                "documentType": "awardNotice",
                "title": "Framework for Planned Works to Domestic Properties",
                "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.",
                "url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=APR394090",
                "format": "text/html"
            }
        ],
        "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.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "classification": {
            "id": "45000000",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "awards": [
        {
            "id": "ocds-kuma6s-111438-award-119450-75",
            "suppliers": [
                {
                    "id": "org-106",
                    "name": "R & M Williams Ltd"
                },
                {
                    "id": "org-107",
                    "name": "Ian Williams Limited"
                },
                {
                    "id": "org-108",
                    "name": "LCB Construction LTD"
                },
                {
                    "id": "org-109",
                    "name": "M Delacey & Sons (Holdings) Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-kuma6s-111438-award-119450-75",
            "awardID": "ocds-kuma6s-111438-award-119450-75",
            "status": "active",
            "value": {
                "amount": 22600000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-30T00:00:00Z"
        }
    ],
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-016229"
        }
    ],
    "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)",
    "bids": {
        "statistics": [
            {
                "id": "ocds-kuma6s-111438-bidsstatistic-119450-354",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-111438-bidsstatistic-119450-355",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-111438-bidsstatistic-119450-356",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-111438-bidsstatistic-119450-357",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-111438-bidsstatistic-119450-358",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-111438"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice"
}