Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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"
}