Tender

Framework for Accelerated Adaptations

CARDIFF COUNCIL

This public procurement record has 1 release in its history.

Summary of the contracting process

Cardiff Council is seeking contractors for a Framework for Accelerated Adaptations, focusing on the healthcare and construction industry categories. The procurement process is at the Tender stage with essential dates including the tender submission deadline on 13th December 2024 and the award decision anticipated by 19th February 2025. The project will be conducted at various domestic properties across Cardiff and will include tasks such as installing access ramps, bathroom modifications, and other structural adaptations to aid disabled facilities. The tender is being managed under the Restricted Procedure in accordance with the Public Contracts Regulations 2015, with a plan to appoint up to six contractors for an initial two-year term, extendable by an additional two years.

This tender offers substantial business growth opportunities, particularly for construction companies experienced in domestic modifications and healthcare facility adaptations. Smaller construction firms, modular furniture providers, or consortia capable of delivering comprehensive accessibility solutions may find this framework highly suitable. The rigorous requirements and potential for high volume, estimated at 57 jobs per contractor annually with an average job value of £7,000, offer consistent work and revenue. The successful firms will benefit from rotational work distribution, ensuring a steady workflow contingent on performance and capacity. This is an excellent opportunity for businesses aiming to leverage their expertise in adaptive construction and gain a foothold in public health-related 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 Accelerated Adaptations

Notice Description

The tender has been issued by the Council in connection with a competitive procurement that is being conducted in accordance with the Restricted Procedure under the Public Contracts Regulations 2015.The Disabled Facilities Service is a reactive service that administers cases as soon as they are received. This Framework intends to meet the demand from hospitals (to expedite a discharge to home) and those 'other' cases where a rapid response is required. The successful Contractor will be expected to deliver quality works and meet the challenging Performance Indicators that have been set.It should be noted that all work types are to be completed in domestic properties and will include various construction property types such as: traditional brick and block constructed properties, system built properties (including PRC and BISF property types), high rise, sheltered accommodation, stone and timber framed properties et al.Work (Domestic only) to include:* Completion of domestic property surveys and creating a comprehensive schedule of works (with an agreed schedule of rates) to meet the needs of the individual as identified in the occupational therapist report.* Converting existing rooms to provide accessible bathing facilities (to include all associated works) i.e. level access shower facilities, wet rooms (to include bathrooms above an on-ground floor).* Provision of straight stair-lifts appropriate to the property construction type, to meet the needs of the applicant.* General works to include; provision of modular ramping and steps; structural alterations to provide access into and around a property; repair works associated with the adaptation.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) to identify that item and apply the prevailing rate(s). Where an item is not included in the Schedule of Rates nor covered by a recognised / industry standard price book such as "BCIS" (or similar); then the uplift to be applied by the Contractor will be not exceed 10% or PS500 (whichever is lower).Whilst the scope of works will primarily be as indicated in the above bullet points, occasionally there may be a requirement for 'larger type' works, such as, conversion of an existing room, external works to provide access, provision of an extension to a property, replacement of/or repairs to, structural elements of the property including the roof. It is anticipated that the volume of these 'larger type' works will be minimal and if not covered by the SOR, Contractors may be given the opportunity to provide a price.The following is an estimated breakdown of the different activities that may form part of the 57 jobs ( please refer to the tender documentation for the anticipated volumes (per contractor and total)).- Ramps- Pumped Waste- UPVC level threshold doors- Shower Seats- Grab-rails- Drop Down Rails- Shower Trays- Door widening- Convert/upgrade outhouse- Straight stair-lift- Single rail ceiling track hoistBidders should note that the maximum number of contractors to be appointed to this framework is 6. However, should a lesser number of contractors be appointed, subject to satisfactory performance, the value of the works may be split by rotation between the appointed contractors.Estimated annual jobs per contractor: 57Estimated Average Value per job per contractor: PS7,000.00Estimated Annual Value per contractor: PS400kThe Council intends to enter a Framework Agreement with up to six Contractors for a period of 2 years with an 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:The Council will award on a rotational basis (order 1 to contractor 1, order 2 to contractor 2, order 3 to contractor 3, order 4 to contractor 4, order 5 to contractor 5, order 6 to contractor 6) unless in the event there are capacity or non-performance issues, then the Council may skip the contractor with capacity or non-performance issues from the rotation.The Council intends to enter a Framework Agreement with up to six Contractors for a period of 2 years, with the option to extend for up to a further 2 years. Please refer to the tender documents that can be found on the Proactis Portal under reference ERFX1008549.https://supplierlive.proactisp2p.com/account/loginThe 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:145911)The buyer considers that this contract is suitable for consortia bidding.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-145911
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=145911
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

34 - Transport equipment and auxiliary products to transportation

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

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

45 - Construction work

75 - Administration, defence and social security services


CPV Codes

34953000 - Access ramps

39144000 - Bathroom furniture

39151300 - Modular furniture

44115600 - Stairlifts

44411400 - Shower basins

45000000 - Construction work

45211100 - Construction work for houses

45211310 - Bathrooms construction work

45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences

45215100 - Construction work for buildings relating to health

45234230 - Construction work for chair lifts

45453100 - Refurbishment work

75313000 - Disability benefits

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Nov 20241 years ago
Submission Deadline
13 Dec 2024Expired
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

Contracting Authority (Buyer)

Main Buyer
CARDIFF COUNCIL
Contact Name
Tom Williams
Contact Email
Not specified
Contact Phone
+44 0000000000

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

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-145911-2024-11-13T09:53:55Z",
    "date": "2024-11-13T09:53:55Z",
    "ocid": "ocds-kuma6s-145911",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-22",
            "name": "Cardiff Council",
            "address": {
                "streetAddress": "County Hall, Atlantic Wharf,",
                "locality": "Cardiff",
                "postalCode": "CF10 4UW"
            },
            "contactPoint": {
                "name": "Tom Williams",
                "telephone": "+44 0000000000",
                "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-22"
    },
    "tender": {
        "id": "ocds-kuma6s-145911-tender-145911",
        "title": "Framework for Accelerated Adaptations",
        "description": "The tender has been issued by the Council in connection with a competitive procurement that is being conducted in accordance with the Restricted Procedure under the Public Contracts Regulations 2015.The Disabled Facilities Service is a reactive service that administers cases as soon as they are received. This Framework intends to meet the demand from hospitals (to expedite a discharge to home) and those 'other' cases where a rapid response is required. The successful Contractor will be expected to deliver quality works and meet the challenging Performance Indicators that have been set.It should be noted that all work types are to be completed in domestic properties and will include various construction property types such as: traditional brick and block constructed properties, system built properties (including PRC and BISF property types), high rise, sheltered accommodation, stone and timber framed properties et al.Work (Domestic only) to include:* Completion of domestic property surveys and creating a comprehensive schedule of works (with an agreed schedule of rates) to meet the needs of the individual as identified in the occupational therapist report.* Converting existing rooms to provide accessible bathing facilities (to include all associated works) i.e. level access shower facilities, wet rooms (to include bathrooms above an on-ground floor).* Provision of straight stair-lifts appropriate to the property construction type, to meet the needs of the applicant.* General works to include; provision of modular ramping and steps; structural alterations to provide access into and around a property; repair works associated with the adaptation.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) to identify that item and apply the prevailing rate(s). Where an item is not included in the Schedule of Rates nor covered by a recognised / industry standard price book such as \"BCIS\" (or similar); then the uplift to be applied by the Contractor will be not exceed 10% or PS500 (whichever is lower).Whilst the scope of works will primarily be as indicated in the above bullet points, occasionally there may be a requirement for 'larger type' works, such as, conversion of an existing room, external works to provide access, provision of an extension to a property, replacement of/or repairs to, structural elements of the property including the roof. It is anticipated that the volume of these 'larger type' works will be minimal and if not covered by the SOR, Contractors may be given the opportunity to provide a price.The following is an estimated breakdown of the different activities that may form part of the 57 jobs ( please refer to the tender documentation for the anticipated volumes (per contractor and total)).- Ramps- Pumped Waste- UPVC level threshold doors- Shower Seats- Grab-rails- Drop Down Rails- Shower Trays- Door widening- Convert/upgrade outhouse- Straight stair-lift- Single rail ceiling track hoistBidders should note that the maximum number of contractors to be appointed to this framework is 6. However, should a lesser number of contractors be appointed, subject to satisfactory performance, the value of the works may be split by rotation between the appointed contractors.Estimated annual jobs per contractor: 57Estimated Average Value per job per contractor: PS7,000.00Estimated Annual Value per contractor: PS400kThe Council intends to enter a Framework Agreement with up to six Contractors for a period of 2 years with an 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:The Council will award on a rotational basis (order 1 to contractor 1, order 2 to contractor 2, order 3 to contractor 3, order 4 to contractor 4, order 5 to contractor 5, order 6 to contractor 6) unless in the event there are capacity or non-performance issues, then the Council may skip the contractor with capacity or non-performance issues from the rotation.The Council intends to enter a Framework Agreement with up to six Contractors for a period of 2 years, with the option to extend for up to a further 2 years. Please refer to the tender documents that can be found on the Proactis Portal under reference ERFX1008549.https://supplierlive.proactisp2p.com/account/loginThe 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:145911)The buyer considers that this contract is suitable for consortia bidding.",
        "procurementMethod": "limited",
        "mainProcurementCategory": "works",
        "tenderPeriod": {
            "endDate": "2024-12-13T12:00:00Z"
        },
        "eligibilityCriteria": "Please refer to the tender documentation.",
        "awardPeriod": {
            "endDate": "2025-02-19T00:00:00Z"
        },
        "additionalClassifications": [
            {
                "id": "34953000",
                "description": "Access ramps",
                "scheme": "CPV"
            },
            {
                "id": "39144000",
                "description": "Bathroom furniture",
                "scheme": "CPV"
            },
            {
                "id": "39151300",
                "description": "Modular furniture",
                "scheme": "CPV"
            },
            {
                "id": "44115600",
                "description": "Stairlifts",
                "scheme": "CPV"
            },
            {
                "id": "44411400",
                "description": "Shower basins",
                "scheme": "CPV"
            },
            {
                "id": "45000000",
                "description": "Construction work",
                "scheme": "CPV"
            },
            {
                "id": "45211100",
                "description": "Construction work for houses",
                "scheme": "CPV"
            },
            {
                "id": "45211310",
                "description": "Bathrooms construction work",
                "scheme": "CPV"
            },
            {
                "id": "45215000",
                "description": "Construction work for buildings relating to health and social services, for crematoriums and public conveniences",
                "scheme": "CPV"
            },
            {
                "id": "45215100",
                "description": "Construction work for buildings relating to health",
                "scheme": "CPV"
            },
            {
                "id": "45234230",
                "description": "Construction work for chair lifts",
                "scheme": "CPV"
            },
            {
                "id": "45453100",
                "description": "Refurbishment work",
                "scheme": "CPV"
            },
            {
                "id": "75313000",
                "description": "Disability benefits",
                "scheme": "CPV"
            }
        ]
    },
    "noticetype": "S2W Notice - Website Invitation to Tender Notice"
}