Notice Information
Notice Title
Framework Agreement for DFS Lifts & Hoists
Notice Description
The disabled facilities service (DFS) are a division of the Council responsible for making funding for adaptations available across all tenures. Funding may be used towards the purchase and installation of specialist items; the provision of adaptations and works that prevent slips, trips, and falls in and around the home where the applicant is able to prove to the Council that they meet the prevailing criteria.The works involve the adaptation of domestic properties as a result of the approval of a mandatory Disabled Facilities Grant or any Discretionary assistance awarded to the applicant. To support this DFS operate a "Agency Service" that provides a professional, technical and administrative service to the customers (service users).Put simply, the Council provides a service whereby the service users can appoint the Council to administer their application for assistance on their behalf whilst working closely with health professional such as the Community Occupational Therapy Service to ensure that the service users' needs are fully met.Dwellings will vary in age; construction type and condition and the Contractor must make due allowance for this.Access to and within the site will vary from property to property and the contractor will need to make due allowance for this.The majority of works will be covered by the agreed Schedule of Rates, however, occasionally there may be works that are not covered in the Schedule of Rates. Where an item is not included in the Schedule of Rates, the Employer will refer to a recognised / industry standard price book such as "BCIS" (or similar); costs are identified by negotiation and the final cost must be agreed in writing by the Employer. Where specialist items or works are not included in the Schedule of Rates nor covered by a recognised / industry standard price book, then written quotation(s) from specialist providers may be secured by the Employer and/or the Contractor. Attendance costs may be applied by the Contractor but the uplift to be applied will not exceed 10% of the value of the quotation or PS500 (whichever is lower).It should be noted that the Council has an existing Contractor delivering DFS Lifts & Hoists works similar to the scope of this Framework Agreement who has been appointed under a separate Framework. The Council will continue to award work to the existing Contractor.The Council is seeking to appoint a single Contractor to this DFS Lifts & Hoists Framework. The Estimated annual value of the work to be awarded under this DFS Lifts & Hoists Framework is approximately PS900,000.It should be noted that the estimated values are indicative only, and may change dependent on demand and budget.The Framework period will be 2 years with the option to extend for up to a further 2 years.Please Note: It is a requirement of the Framework that the successful contractors WILL deliver lifts and hoists from across a range of manufacturers in the market using in-house, directly employed resources.It is unacceptable that the appointed Framework contractor refers the installation of any equipment to a third-party contractor. Exceptions to this rule where sub-contracting is permissible, include the use of sub-contractors to undertake:1. Specialist preparatory works.2. Associated building works.3. Associated works requiring certification i.e. gas & electrical works4. Asbestos removal.Where a contractor is unable to source a suitable lift or hoist via their preferred provider then, before declining to provide a quotation, they MUST demonstrate that they have researched 'Whole of Market' for a suitable solution.Evidence of your research will form an integral part of the process where you confirm in writing that there is no product available to satisfy the identified requirements.Where it is demonstrated at a later date that suitable equipment is available, and it is clear that the contractor has not met their obligation to search 'whole of market' for a solution. Then this will be closely monitored and where three instances are identified, then sanctions may be applied, and this may result in the application of performance deductions and / or the withholding of work.NB: All installations, maintenance, servicing, and repairs are to be undertaken by directly employed engineers, the Framework arrangements will not allow for third party lift or hoist installations (without express written permission from the Council). Directly employed individual engineers MUST be contemporaneously trained and accredited by the manufacturer to work on the installation, repair, maintenance, and servicing of all equipment installed by the Framework contractor. Evidence of recent, successful initial or regular refresher training must be provided for each directly employed individual engineer that the successful contractor expects to use on the Framework. Acceptable evidence will include individual training records supported by certificates of successful training, issued by the manufacturer/trainer.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, unless there are capacity or performance issues, and then the Council reserves the right to source the work outside of this DFS Lifts & Hoists framework.LiftsThe design, provision and installation of all lift types including stair lifts; internal and external vertical lifts and wheelchair incline lifts. To include where appropriate all design and site works associated to the lift installation including provision of power to the unit, cutting of apertures internally and any associated preparatory works externally (including temporary access) etc. The tender will also include an item for the recycling (removal, storage, renovation and reinstallation) of all lifts.The Invitation to Tender documents will provide instruction in what is expected when providing a power supply to the stair-lift(s). 'Plug & Play' system of providing power is always preferred to a hard-wired system and any deviation from the 'Plug & Play' system MUST be approved by the Project Officer.Following the end of the 24 month warranty period, responsibility for the repair and maintenance of the installed equipment will revert to the Council. The Council have contracted a local repairing agent to provide a comprehensive inspection and repair service. It is condition of the Framework that the successful contractor(s) must ensure that the Council's repairing agent receives any and all necessary training and accreditation (provided by the manufacturer/supplier of the product) to work on all makes and models of the lift(s)/hoist(s) you have fitted. The costs of training and accreditation will be borne by the successful contractor(s). Parts, certification, testing equipment etc. must also be made available to the Council's repairing agent.The relevant training and accreditation must be provided to the Council's repairing agent to ensure that the warranty remains in place in the event of an out-of-hours breakdown and is NOT invalidated should there be a reason for them to work on the product.HoistsThe design, provision and installation of ceiling tracked hoists. To include where appropriate all design and site works associated to the hoist installation including provision of power to the unit and any associated preparatory works e.g. strengthening of joists, alterations to door heads etc. The tender will also include an item for the recycling (removal, storage, renovation and reinstallation) of all hoists.The contractor will be expected to provide details of structural alterations (completed by an appropriately qualified and experienced person) Copies of designs, calculations and survey results must be provided to the Council prior to commencement on site. Making copies of paperwork available to the Council does not absolve the contractor of any responsibility regarding the suitability of the proposal.The construction types will vary and will comprise both traditional construction and system built one, two or three storey dwellings. Work will also include hoist systems to properties in high rise purpose built flats.Following the end of the 24 month warranty period, responsibility for the repair and maintenance of the installed equipment will revert to the Council. The Council have contracted a local repairing agent to provide a comprehensive inspection and repair service. It is condition of the Framework that the successful contractor(s) must ensure that the Council's repairing agent receives any and all necessary training and accreditation to work on all makes and models of the lift(s)/hoist(s) you have fitted. The costs of training and accreditation will be borne by the successful contractor(s). Parts, certification, testing equipment etc. must also be made available to the Council's repairing agent.The correct training and accreditation must be provided to the Council's repairing agent to ensure that the warranty remains in place and is NOT invalidated should there be a reason for them to work on the product.Estimated Values & VolumesIt should be noted that this was split evenly between two Contractors, and going forward the work will be split between the Contractor appointed to this DFS Lifts and Hoists Framework and the existing Contractor delivering DFS Lifts & Hoists works who has been appointed under a separate Framework.Therefore, you should note that the Contractor appointed to this DFS Lifts and Hoists Framework should not expect to be awarded the total value / volume of work shown in the tables below.The estimated annual value for this DFS Lifts and Hoists Framework going forward is PS900,000. There will be a single contractor.NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=124114. 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:120407)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:124114)The buyer considers that this contract is suitable for consortia bidding.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-kuma6s-124114
- Publication Source
- Sell2Wales
- Latest Notice
- https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=124114
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- S2W Notice - Website Invitation to Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Limited
- Procurement Method Details
- Not specified
- 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
-
- CPV Codes
44115600 - Stairlifts
45211000 - Construction work for multi-dwelling buildings and individual houses
45211340 - Multi-dwelling buildings construction work
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Sep 20223 years ago
- Submission Deadline
- 13 Oct 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CARDIFF COUNCIL
- Contact Name
- Bev Davies
- Contact Email
- bmfw@cardiff.gov.uk
- Contact Phone
- +44 2920873732
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
- Not specified
-
- 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-kuma6s-124114-2022-09-13T11:07:08Z",
"date": "2022-09-13T11:07:08Z",
"ocid": "ocds-kuma6s-124114",
"initiationType": "tender",
"parties": [
{
"id": "org-63",
"name": "Cardiff Council",
"address": {
"streetAddress": "County Hall, Atlantic Wharf,",
"locality": "Cardiff",
"postalCode": "CF10 4UW"
},
"contactPoint": {
"name": "Bev Davies",
"email": "BMFW@cardiff.gov.uk",
"telephone": "+44 2920873732",
"url": "https://www.cardiff.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority",
"scheme": "TED_CA_TYPE"
}
]
}
}
],
"buyer": {
"name": "Cardiff Council",
"id": "org-63"
},
"tender": {
"id": "ocds-kuma6s-124114-tender-124114",
"title": "Framework Agreement for DFS Lifts & Hoists",
"description": "The disabled facilities service (DFS) are a division of the Council responsible for making funding for adaptations available across all tenures. Funding may be used towards the purchase and installation of specialist items; the provision of adaptations and works that prevent slips, trips, and falls in and around the home where the applicant is able to prove to the Council that they meet the prevailing criteria.The works involve the adaptation of domestic properties as a result of the approval of a mandatory Disabled Facilities Grant or any Discretionary assistance awarded to the applicant. To support this DFS operate a \"Agency Service\" that provides a professional, technical and administrative service to the customers (service users).Put simply, the Council provides a service whereby the service users can appoint the Council to administer their application for assistance on their behalf whilst working closely with health professional such as the Community Occupational Therapy Service to ensure that the service users' needs are fully met.Dwellings will vary in age; construction type and condition and the Contractor must make due allowance for this.Access to and within the site will vary from property to property and the contractor will need to make due allowance for this.The majority of works will be covered by the agreed Schedule of Rates, however, occasionally there may be works that are not covered in the Schedule of Rates. Where an item is not included in the Schedule of Rates, the Employer will refer to a recognised / industry standard price book such as \"BCIS\" (or similar); costs are identified by negotiation and the final cost must be agreed in writing by the Employer. Where specialist items or works are not included in the Schedule of Rates nor covered by a recognised / industry standard price book, then written quotation(s) from specialist providers may be secured by the Employer and/or the Contractor. Attendance costs may be applied by the Contractor but the uplift to be applied will not exceed 10% of the value of the quotation or PS500 (whichever is lower).It should be noted that the Council has an existing Contractor delivering DFS Lifts & Hoists works similar to the scope of this Framework Agreement who has been appointed under a separate Framework. The Council will continue to award work to the existing Contractor.The Council is seeking to appoint a single Contractor to this DFS Lifts & Hoists Framework. The Estimated annual value of the work to be awarded under this DFS Lifts & Hoists Framework is approximately PS900,000.It should be noted that the estimated values are indicative only, and may change dependent on demand and budget.The Framework period will be 2 years with the option to extend for up to a further 2 years.Please Note: It is a requirement of the Framework that the successful contractors WILL deliver lifts and hoists from across a range of manufacturers in the market using in-house, directly employed resources.It is unacceptable that the appointed Framework contractor refers the installation of any equipment to a third-party contractor. Exceptions to this rule where sub-contracting is permissible, include the use of sub-contractors to undertake:1. Specialist preparatory works.2. Associated building works.3. Associated works requiring certification i.e. gas & electrical works4. Asbestos removal.Where a contractor is unable to source a suitable lift or hoist via their preferred provider then, before declining to provide a quotation, they MUST demonstrate that they have researched 'Whole of Market' for a suitable solution.Evidence of your research will form an integral part of the process where you confirm in writing that there is no product available to satisfy the identified requirements.Where it is demonstrated at a later date that suitable equipment is available, and it is clear that the contractor has not met their obligation to search 'whole of market' for a solution. Then this will be closely monitored and where three instances are identified, then sanctions may be applied, and this may result in the application of performance deductions and / or the withholding of work.NB: All installations, maintenance, servicing, and repairs are to be undertaken by directly employed engineers, the Framework arrangements will not allow for third party lift or hoist installations (without express written permission from the Council). Directly employed individual engineers MUST be contemporaneously trained and accredited by the manufacturer to work on the installation, repair, maintenance, and servicing of all equipment installed by the Framework contractor. Evidence of recent, successful initial or regular refresher training must be provided for each directly employed individual engineer that the successful contractor expects to use on the Framework. Acceptable evidence will include individual training records supported by certificates of successful training, issued by the manufacturer/trainer.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, unless there are capacity or performance issues, and then the Council reserves the right to source the work outside of this DFS Lifts & Hoists framework.LiftsThe design, provision and installation of all lift types including stair lifts; internal and external vertical lifts and wheelchair incline lifts. To include where appropriate all design and site works associated to the lift installation including provision of power to the unit, cutting of apertures internally and any associated preparatory works externally (including temporary access) etc. The tender will also include an item for the recycling (removal, storage, renovation and reinstallation) of all lifts.The Invitation to Tender documents will provide instruction in what is expected when providing a power supply to the stair-lift(s). 'Plug & Play' system of providing power is always preferred to a hard-wired system and any deviation from the 'Plug & Play' system MUST be approved by the Project Officer.Following the end of the 24 month warranty period, responsibility for the repair and maintenance of the installed equipment will revert to the Council. The Council have contracted a local repairing agent to provide a comprehensive inspection and repair service. It is condition of the Framework that the successful contractor(s) must ensure that the Council's repairing agent receives any and all necessary training and accreditation (provided by the manufacturer/supplier of the product) to work on all makes and models of the lift(s)/hoist(s) you have fitted. The costs of training and accreditation will be borne by the successful contractor(s). Parts, certification, testing equipment etc. must also be made available to the Council's repairing agent.The relevant training and accreditation must be provided to the Council's repairing agent to ensure that the warranty remains in place in the event of an out-of-hours breakdown and is NOT invalidated should there be a reason for them to work on the product.HoistsThe design, provision and installation of ceiling tracked hoists. To include where appropriate all design and site works associated to the hoist installation including provision of power to the unit and any associated preparatory works e.g. strengthening of joists, alterations to door heads etc. The tender will also include an item for the recycling (removal, storage, renovation and reinstallation) of all hoists.The contractor will be expected to provide details of structural alterations (completed by an appropriately qualified and experienced person) Copies of designs, calculations and survey results must be provided to the Council prior to commencement on site. Making copies of paperwork available to the Council does not absolve the contractor of any responsibility regarding the suitability of the proposal.The construction types will vary and will comprise both traditional construction and system built one, two or three storey dwellings. Work will also include hoist systems to properties in high rise purpose built flats.Following the end of the 24 month warranty period, responsibility for the repair and maintenance of the installed equipment will revert to the Council. The Council have contracted a local repairing agent to provide a comprehensive inspection and repair service. It is condition of the Framework that the successful contractor(s) must ensure that the Council's repairing agent receives any and all necessary training and accreditation to work on all makes and models of the lift(s)/hoist(s) you have fitted. The costs of training and accreditation will be borne by the successful contractor(s). Parts, certification, testing equipment etc. must also be made available to the Council's repairing agent.The correct training and accreditation must be provided to the Council's repairing agent to ensure that the warranty remains in place and is NOT invalidated should there be a reason for them to work on the product.Estimated Values & VolumesIt should be noted that this was split evenly between two Contractors, and going forward the work will be split between the Contractor appointed to this DFS Lifts and Hoists Framework and the existing Contractor delivering DFS Lifts & Hoists works who has been appointed under a separate Framework.Therefore, you should note that the Contractor appointed to this DFS Lifts and Hoists Framework should not expect to be awarded the total value / volume of work shown in the tables below.The estimated annual value for this DFS Lifts and Hoists Framework going forward is PS900,000. There will be a single contractor.NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=124114. 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:120407)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:124114)The buyer considers that this contract is suitable for consortia bidding.",
"procurementMethod": "limited",
"mainProcurementCategory": "works",
"submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Login",
"tenderPeriod": {
"endDate": "2022-10-13T12:00:00Z"
},
"awardPeriod": {
"endDate": "2023-01-02T00:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://supplierlive.proactisp2p.com/Account/Login"
},
"additionalClassifications": [
{
"id": "44115600",
"description": "Stairlifts",
"scheme": "CPV"
},
{
"id": "45211000",
"description": "Construction work for multi-dwelling buildings and individual houses",
"scheme": "CPV"
},
{
"id": "45211340",
"description": "Multi-dwelling buildings construction work",
"scheme": "CPV"
}
]
},
"noticetype": "S2W Notice - Website Invitation to Tender Notice"
}