Tender

Framework for Environmental and External Improvements

CARDIFF COUNCIL

This public procurement record has 1 release in its history.

Tender

13 Jun 2022 at 00:00

Summary of the contracting process

The Cardiff Council is initiating a tender for a "Framework for Environmental and External Improvements" to enhance their domestic property portfolio, which includes approximately 13,785 council-owned dwellings and various common areas. The procurement method employed is a selective procedure, with a contract period of two years commencing on 1st October 2022, and an estimated contract value of £10,140,000 GBP, subject to budget variations. The submission deadline for tenders is set for 13th July 2022, and contact can be made via email at Socialcare.Procurement@cardiff.gov.uk or by telephone at +44 2920873732 for any inquiries. The project's scope aims to create safe and attractive environments for tenants through various construction and environmental improvement services.

This tender presents a valuable opportunity for businesses in the construction, environmental improvement, and social housing sectors, particularly those specialising in civil engineering, landscaping, and maintenance services. Firms that can provide innovative solutions to enhance community spaces and ensure compliance with environmental and social governance will be well-positioned to compete. With a substantial annual budget and options for further extensions, successful contractors can expect a stable stream of work to support business growth within the public sector.

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 Environmental and External Improvements

Notice Description

The domestic property portfolio of the Council comprises a mixture of social housing (approximately 13,785 Council owned dwellings in number) and other properties. Of these there are 786 courtyards or common areas and gardens, serving 882 physical blocks of flats. The Council aims to invest in the external environment of its estates and to create safe, accessible and attractive environments for its tenants and residents. The Council is seeking to appoint a single Contractor to this framework agreement. The estimated annual value for year 1 is 2,375,000GBP plus VAT, for years 2 to 4 is 2,025,000GBP plus VAT. It should be noted that the estimated value is indicative only, and may change dependant on demand and budget. The Contract period will be 2 years (starting 1st October 2022) 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: Direct award to the appointed Contractor (based on contracted schedule of rates) unless there are capacity or performance issues, and then the Council will make alternative arrangements to source the work outside of this framework.

Lot Information

Lot 1

Scope of works The scope of the work for may include (but not be limited to) to following: - Environmental Improvements - Construction - Civil Engineering - Construction - External Works - Construction - Landscaping - Asbestos Removal / Disposal - Asbestos assessment - PVCu Windows / Doors fabrication & installation - Window / Doors fabrication & installation - Locksmiths - Damp-proofing / Specialist Treatment - Carpentry & Joinery Services - Masonry & Bricklaying - Painting & Decorating - Pointing Specialists - Roofing & Cladding - Scaffolding - Metal Fabrication Services - Specialist Welding / Structural Work Repair Services - Textured Coatings Services - Waterproofing Services - Drainage (cleaning / clearing/ repairing / moving manholes etc.) - Fencing - Concrete and Paving - Environmental Cleaning - Grounds Maintenance Clearance - Demolition & Clearance - Electrician Services - Street Lighting Some comprehensive estate regeneration schemes based on needs and priorities identified through consultation for individual areas. Schemes generally include improvements or renewal to parking provision, property curtilages, rear gullies and alley-ways, lighting, amenity areas footpaths carriageways and courtyards. Smaller one-off improvements in response to specific issues, such as fire actions, gulley improvements, alley-gating, parking, courtyards or footways. Alley Gating are ongoing 2-year programmes to investigate and secure rear lanes by the means of manually operated gates. Programmes are agreed every 2 years and include lanes identified as the highest priorities for the Council, in terms of the levels of anti-social behaviour, crime and environmental issues. All schemes are subject to support from the local community and consideration of any representations during the legal process. The programme aims to deliver approximately 20 gated schemes with approx. 25 - 45 gate installations per year. Fire actions are typically the relocation of an existing bin-store sited too close to the main building. Repositioned in a new location a set distance away to prevent fire spread to the main building. The works are usually a new brick built bin store, set on a concrete slab, steel railings and a secure steel lockable gate. Enabling works may also include, concrete paths, slabs, drainage etc A rolling programme of courtyard improvements has been developed specifically tackling issues around security, improved amenity space for tenants, improved bin storage, surfacing and access. The programme is based on prioritising the courtyards in worst condition first and it is anticipated undertaking around 20 courtyard improvements every year depending upon capacity. Defensible space improvements to flats are also planned this will include Railings and gates, pathway renewal and where possible level access ramp to front communal door. Please see tender documentation for further information that is available to access free of charge at: https://supplierlive.proactisp2p.com/Account/Login

Renewal: There is an option to extend for a further two(2) years. This Framework may be renewed prior to the expiry of this iteration.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-122056
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=122056
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services


CPV Codes

44221310 - Access gates

45000000 - Construction work

45112700 - Landscaping work

45200000 - Works for complete or part construction and civil engineering work

45223200 - Structural works

45233161 - Footpath construction work

45233253 - Surface work for footpaths

45261420 - Waterproofing work

45261900 - Roof repair and maintenance work

45261920 - Roof maintenance work

45262500 - Masonry and bricklaying work

45262522 - Masonry work

45262640 - Environmental improvement works

45262660 - Asbestos-removal work

45342000 - Erection of fencing

45420000 - Joinery and carpentry installation work

45421100 - Installation of doors and windows and related components

45421110 - Installation of door and window frames

45421148 - Installation of gates

45422000 - Carpentry installation work

45432112 - Laying of paving

45442100 - Painting work

77314000 - Grounds maintenance services

Notice Value(s)

Tender Value
£10,140,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Jun 20223 years ago
Submission Deadline
13 Jul 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
This Framework may be renewed prior to this expiry of this iteration.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CARDIFF COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Notice Documents

  • https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=JUN401588
    Framework for Environmental and External Improvements - The domestic property portfolio of the Council comprises a mixture of social housing (approximately 13,785 Council owned dwellings in number) and other properties. Of these there are 786 courtyards or common areas and gardens, serving 882 physical blocks of flats. The Council aims to invest in the external environment of its estates and to create safe, accessible and attractive environments for its tenants and residents. The Council is seeking to appoint a single Contractor to this framework agreement. The estimated annual value for year 1 is 2,375,000GBP plus VAT, for years 2 to 4 is 2,025,000GBP plus VAT. It should be noted that the estimated value is indicative only, and may change dependant on demand and budget. The Contract period will be 2 years (starting 1st October 2022) 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: Direct award to the appointed Contractor (based on contracted schedule of rates) unless there are capacity or performance issues, and then the Council will make alternative arrangements to source the work outside of this framework.

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-122056-2022-06-13T00:00:00Z",
    "date": "2022-06-13T00:00:00Z",
    "ocid": "ocds-kuma6s-122056",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "Cardiff Council",
            "identifier": {
                "legalName": "Cardiff Council"
            },
            "address": {
                "streetAddress": "County Hall, Atlantic Wharf",
                "locality": "Cardiff",
                "region": "UKL22",
                "postalCode": "CF10 4UW"
            },
            "contactPoint": {
                "email": "Socialcare.Procurement@cardiff.gov.uk",
                "telephone": "+44 2920873732",
                "url": "http://demand.sproc.net"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "description": "Health and Social Care",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.cardiff.gov.uk/"
            }
        },
        {
            "id": "org-2",
            "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-1"
    },
    "tender": {
        "id": "ocds-kuma6s-122056-tender-122056-ERFX1007872",
        "title": "Framework for Environmental and External Improvements",
        "description": "The domestic property portfolio of the Council comprises a mixture of social housing (approximately 13,785 Council owned dwellings in number) and other properties. Of these there are 786 courtyards or common areas and gardens, serving 882 physical blocks of flats. The Council aims to invest in the external environment of its estates and to create safe, accessible and attractive environments for its tenants and residents. The Council is seeking to appoint a single Contractor to this framework agreement. The estimated annual value for year 1 is 2,375,000GBP plus VAT, for years 2 to 4 is 2,025,000GBP plus VAT. It should be noted that the estimated value is indicative only, and may change dependant on demand and budget. The Contract period will be 2 years (starting 1st October 2022) 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: Direct award to the appointed Contractor (based on contracted schedule of rates) unless there are capacity or performance issues, and then the Council will make alternative arrangements to source the work outside of this framework.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45262640",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45112700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45342000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45432112",
                        "scheme": "CPV"
                    },
                    {
                        "id": "77314000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262660",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45420000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45422000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262522",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45442100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261900",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261920",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261420",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45223200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421148",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44221310",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233253",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233161",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL22"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 10140000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Login",
        "tenderPeriod": {
            "endDate": "2022-07-13T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN401588",
                "documentType": "contractNotice",
                "title": "Framework for Environmental and External Improvements",
                "description": "The domestic property portfolio of the Council comprises a mixture of social housing (approximately 13,785 Council owned dwellings in number) and other properties. Of these there are 786 courtyards or common areas and gardens, serving 882 physical blocks of flats. The Council aims to invest in the external environment of its estates and to create safe, accessible and attractive environments for its tenants and residents. The Council is seeking to appoint a single Contractor to this framework agreement. The estimated annual value for year 1 is 2,375,000GBP plus VAT, for years 2 to 4 is 2,025,000GBP plus VAT. It should be noted that the estimated value is indicative only, and may change dependant on demand and budget. The Contract period will be 2 years (starting 1st October 2022) 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: Direct award to the appointed Contractor (based on contracted schedule of rates) unless there are capacity or performance issues, and then the Council will make alternative arrangements to source the work outside of this framework.",
                "url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=JUN401588",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Scope of works The scope of the work for may include (but not be limited to) to following: - Environmental Improvements - Construction - Civil Engineering - Construction - External Works - Construction - Landscaping - Asbestos Removal / Disposal - Asbestos assessment - PVCu Windows / Doors fabrication & installation - Window / Doors fabrication & installation - Locksmiths - Damp-proofing / Specialist Treatment - Carpentry & Joinery Services - Masonry & Bricklaying - Painting & Decorating - Pointing Specialists - Roofing & Cladding - Scaffolding - Metal Fabrication Services - Specialist Welding / Structural Work Repair Services - Textured Coatings Services - Waterproofing Services - Drainage (cleaning / clearing/ repairing / moving manholes etc.) - Fencing - Concrete and Paving - Environmental Cleaning - Grounds Maintenance Clearance - Demolition & Clearance - Electrician Services - Street Lighting Some comprehensive estate regeneration schemes based on needs and priorities identified through consultation for individual areas. Schemes generally include improvements or renewal to parking provision, property curtilages, rear gullies and alley-ways, lighting, amenity areas footpaths carriageways and courtyards. Smaller one-off improvements in response to specific issues, such as fire actions, gulley improvements, alley-gating, parking, courtyards or footways. Alley Gating are ongoing 2-year programmes to investigate and secure rear lanes by the means of manually operated gates. Programmes are agreed every 2 years and include lanes identified as the highest priorities for the Council, in terms of the levels of anti-social behaviour, crime and environmental issues. All schemes are subject to support from the local community and consideration of any representations during the legal process. The programme aims to deliver approximately 20 gated schemes with approx. 25 - 45 gate installations per year. Fire actions are typically the relocation of an existing bin-store sited too close to the main building. Repositioned in a new location a set distance away to prevent fire spread to the main building. The works are usually a new brick built bin store, set on a concrete slab, steel railings and a secure steel lockable gate. Enabling works may also include, concrete paths, slabs, drainage etc A rolling programme of courtyard improvements has been developed specifically tackling issues around security, improved amenity space for tenants, improved bin storage, surfacing and access. The programme is based on prioritising the courtyards in worst condition first and it is anticipated undertaking around 20 courtyard improvements every year depending upon capacity. Defensible space improvements to flats are also planned this will include Railings and gates, pathway renewal and where possible level access ramp to front communal door. Please see tender documentation for further information that is available to access free of charge at: https://supplierlive.proactisp2p.com/Account/Login",
                "status": "active",
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option to extend for a further two(2) years. This Framework may be renewed prior to the expiry of this iteration."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2022-08-08T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en",
                "cy"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "45000000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "This Framework may be renewed prior to this expiry of this iteration."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "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. 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: Please see tender documentation for further information. (WA Ref:122056) The buyer considers that this contract is suitable for consortia.",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-122056"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}