Tender

Framework for Repairs and Maintenance to Domestic Vacant Properties

CARDIFF COUNCIL

This public procurement record has 1 release in its history.

Tender

19 Feb 2025 at 00:00

Summary of the contracting process

Cardiff Council has initiated a tender process for a "Framework for Repairs and Maintenance to Domestic Vacant Properties" in Cardiff, UK. The tender falls under the "works" category, specifically concerning housing and community amenities. This selective procurement, using a restricted procedure, aims to secure contractors for a 2-year contract starting from 1st January 2026, with an option to extend for an additional 2 years. Bidders must submit their proposals electronically by 21st March 2025, with the invitation to tender commencing on 14th April 2025. The estimated total contract value is £22 million, with the Council seeking to appoint two contractors who will handle various repair and maintenance tasks across unoccupied properties within Cardiff.

This tender presents significant growth opportunities for businesses specializing in construction, maintenance, and renovation services, such as carpentry, plumbing, electrics, and masonry. Smaller enterprises and subcontractors also stand to benefit due to the Council's requirement to source from a pool of small external contractors, allowing for diverse business engagement. The framework’s allocation system—awarding a greater portion of the work to one contractor—provides stability and predictability for those selected. The inclusion of community benefit clauses underscores the socio-economic value, encouraging businesses capable of delivering high-quality work while supporting the Council's broader economic and social objectives.

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 Repairs and Maintenance to Domestic Vacant Properties

Notice Description

The domestic property portfolio of the Council comprises a mixture of social housing approximately 14318 properties in number and other properties. The domestic property portfolio consists of Houses Bungalows Low Rise Blocks of Flats High Rise Blocks of Flats Sheltered Accommodation Supported Accommodation Hostels Traveller Sites Maintenance of these properties is undertaken by the Council via a mixture of in house provision and external contractors. Dwellings will vary in age and condition and bidders are advised to make due allowance for this. This tender process is in relation to repairs and maintenance to domestic vacant properties. The Council has a small in house workforce delivering repairs and maintenance to domestic vacant properties which is supported by a pool of small external contractors. This framework would be in addition to the above. The Council is seeking to appoint 2 Contractors to deliver the work across all areas of the City with Contractor 1 delivering a larger portion of the work approximately two thirds than Contractor 2 approximately one third. The total estimated annual value of the work under this framework is 5.5m and based on this value, Contractor 1 would be awarded work valued at approximately 3.7m per annum and Contractor 2 would be awarded work valued at approximately 1.8m per annum. The Voids Team will manage the allocation of works to this effect. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget. The Contract period will be 2 years from 1st January 2026, 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: The Council will award the order on a rotational basis for each category of void works as follows: 2 to Contractor 1, 1 to Contractor 2, then 2 to Contractor 1, 1 to Contractor 2, and so on unless in the event there are capacity or non performance issues, then the Council may skip the contractor with capacity or non-performance issues in the rotation. The Council reserves the right to deliver the works in house or to purchase from any Contractor outside of this Framework. Description of Works and Priority Categories This work will generally comprise of work in unoccupied properties and occasionally garage sites and Supported Accommodation hostels. Work is generally instigated at the request of the Employer Void Management Unit. Predominantly this will be multiple activity work. However, on occasion it may be singular activity work such as electrical gas checks or changing of locks etc. There are six main categories priorities of work Urgent Quick Turnaround Urgent QT Completion within 5 working days Minor Works Quick Turnaround QT Minor Works Completion within 7 working days. Pre works Completion within 5 working days Minor Works Completion within 13 working days Major Works Completion within 30 working days Extensive Major Works Completion within 50 working days Bidders should allow for Welfare facilities, site set up, mobilisation, hoardings and signage provision within their tendered rates.

Lot Information

Lot 1

The scope of the work may include (but not be limited to) to following: Asbestos Removal / Disposal Asbestos testing, sampling & surveys PVCu Windows / Doors fabrication & installation Window / Doors fabrication & installation Locksmiths Damp-proofing / Specialist Treatment Fitted Furniture & Kitchens Flooring Glazing Insulation Internal Refurbishment Packages Carpentry & Joinery Services Masonry & Bricklaying Minor Repairs / Redecorations to Vacant Dwellings Painting & Decorating Partitions / Interior Fitting out Plastering / Tiling / Interior Finishing Pointing Specialists Wall Tie Replacement Services Window / Door Repair & Maintenance Noise Insulation Roofing Scaffolding Metal Fabrication Services Specialist Welding / Structural Work Repair Services General Alterations Textured Coatings Services Waterproofing Services Drainage (cleaning / clearing / repairing / moving manholes etc.) Fencing Concrete and Paving Environmental Cleaning Grounds Maintenance Clearance Demolition & Clearance - hazardous / biological contaminated waste / sharps. Demolition & Clearance Screening / Security of Voids Shutter / Sliding Doors Boiler Installation & Maintenance Electrician Services Gas Fired Central Heating Heating, ventilation & Flue Lining Services Plumbing Installation / Maintenance Testing Services (PAT testing / Electrical Testing / Dry-Riser Testing) Electrical Engineering & Lightning Protection Domestic rewiring Sprinkler (Inc. fire extinguisher maintenance) External Wall Insulation Chimney Sweeps Landscaping Specialist Structural Services Fire Safety Works Carpets

Renewal: possible extension for a additional 2 years

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-147678
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=147678
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

24 - Chemical products

31 - Electrical machinery, apparatus, equipment and consumables; lighting

34 - Transport equipment and auxiliary products to transportation

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

42 - Industrial machinery

43 - Machinery for mining, quarrying, construction equipment

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

45 - Construction work

50 - Repair and maintenance services

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

24951220 - Fire-extinguisher agents

24951230 - Fire-extinguisher charges

31625000 - Burglar and fire alarms

34928200 - Fences

39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

39141000 - Kitchen furniture and equipment

39220000 - Kitchen equipment, household and domestic items and catering supplies

39221000 - Kitchen equipment

39221100 - Kitchenware

39530000 - Carpets, mats and rugs

39531000 - Carpets

39715000 - Water heaters and heating for buildings; plumbing equipment

39715200 - Heating equipment

42160000 - Boiler installations

42512510 - Dampers

42660000 - Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment

43312300 - Paving machinery

43324000 - Drainage equipment

44112210 - Solid flooring

44112300 - Partitions

44112500 - Roofing materials

44113100 - Paving materials

44113330 - Coating materials

44114000 - Concrete

44115500 - Sprinkler systems

44212310 - Scaffolding

44220000 - Builders' joinery

44221000 - Windows, doors and related items

44221100 - Windows

44221200 - Doors

44230000 - Builders' carpentry

45000000 - Construction work

45110000 - Building demolition and wrecking work and earthmoving work

45111100 - Demolition work

45232452 - Drainage works

45261420 - Waterproofing work

45262100 - Scaffolding work

45262660 - Asbestos-removal work

45262680 - Welding

45262700 - Building alteration work

45320000 - Insulation work

45330000 - Plumbing and sanitary works

45343230 - Sprinkler systems installation work

45410000 - Plastering work

45421000 - Joinery work

45421100 - Installation of doors and windows and related components

45421110 - Installation of door and window frames

45422000 - Carpentry installation work

45431000 - Tiling work

45432114 - Wood flooring work

45440000 - Painting and glazing work

45441000 - Glazing work

45442100 - Painting work

45451000 - Decoration work

45453100 - Refurbishment work

50000000 - Repair and maintenance services

50222100 - Repair and maintenance services of dampers

90650000 - Asbestos removal services

90915000 - Furnace and chimney cleaning services

98395000 - Locksmith services

Notice Value(s)

Tender Value
£22,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Feb 20251 years ago
Submission Deadline
21 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

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
Beverley 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
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=FEB497759
    Framework for Repairs and Maintenance to Domestic Vacant Properties - The domestic property portfolio of the Council comprises a mixture of social housing approximately 14318 properties in number and other properties. The domestic property portfolio consists of Houses Bungalows Low Rise Blocks of Flats High Rise Blocks of Flats Sheltered Accommodation Supported Accommodation Hostels Traveller Sites Maintenance of these properties is undertaken by the Council via a mixture of in house provision and external contractors. Dwellings will vary in age and condition and bidders are advised to make due allowance for this. This tender process is in relation to repairs and maintenance to domestic vacant properties. The Council has a small in house workforce delivering repairs and maintenance to domestic vacant properties which is supported by a pool of small external contractors. This framework would be in addition to the above. The Council is seeking to appoint 2 Contractors to deliver the work across all areas of the City with Contractor 1 delivering a larger portion of the work approximately two thirds than Contractor 2 approximately one third. The total estimated annual value of the work under this framework is 5.5m and based on this value, Contractor 1 would be awarded work valued at approximately 3.7m per annum and Contractor 2 would be awarded work valued at approximately 1.8m per annum. The Voids Team will manage the allocation of works to this effect. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget. The Contract period will be 2 years from 1st January 2026, 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: The Council will award the order on a rotational basis for each category of void works as follows: 2 to Contractor 1, 1 to Contractor 2, then 2 to Contractor 1, 1 to Contractor 2, and so on unless in the event there are capacity or non performance issues, then the Council may skip the contractor with capacity or non-performance issues in the rotation. The Council reserves the right to deliver the works in house or to purchase from any Contractor outside of this Framework. Description of Works and Priority Categories This work will generally comprise of work in unoccupied properties and occasionally garage sites and Supported Accommodation hostels. Work is generally instigated at the request of the Employer Void Management Unit. Predominantly this will be multiple activity work. However, on occasion it may be singular activity work such as electrical gas checks or changing of locks etc. There are six main categories priorities of work Urgent Quick Turnaround Urgent QT Completion within 5 working days Minor Works Quick Turnaround QT Minor Works Completion within 7 working days. Pre works Completion within 5 working days Minor Works Completion within 13 working days Major Works Completion within 30 working days Extensive Major Works Completion within 50 working days Bidders should allow for Welfare facilities, site set up, mobilisation, hoardings and signage provision within their tendered rates.

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-147678-2025-02-19T00:00:00Z",
    "date": "2025-02-19T00:00:00Z",
    "ocid": "ocds-kuma6s-147678",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-40",
            "name": "Cardiff Council",
            "identifier": {
                "legalName": "Cardiff Council"
            },
            "address": {
                "streetAddress": "County Hall, Atlantic Wharf",
                "locality": "Cardiff",
                "region": "UKL22",
                "postalCode": "CF10 4UW"
            },
            "contactPoint": {
                "name": "Beverley Davies",
                "email": "bmfw@cardiff.gov.uk",
                "telephone": "+44 2920873732",
                "url": "https://supplierlive.proactisp2p.com/Account/Login#"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "06",
                        "description": "Housing and community amenities",
                        "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-40"
    },
    "tender": {
        "id": "ocds-kuma6s-147678-tender-147678-ERFX1008590",
        "title": "Framework for Repairs and Maintenance to Domestic Vacant Properties",
        "description": "The domestic property portfolio of the Council comprises a mixture of social housing approximately 14318 properties in number and other properties. The domestic property portfolio consists of Houses Bungalows Low Rise Blocks of Flats High Rise Blocks of Flats Sheltered Accommodation Supported Accommodation Hostels Traveller Sites Maintenance of these properties is undertaken by the Council via a mixture of in house provision and external contractors. Dwellings will vary in age and condition and bidders are advised to make due allowance for this. This tender process is in relation to repairs and maintenance to domestic vacant properties. The Council has a small in house workforce delivering repairs and maintenance to domestic vacant properties which is supported by a pool of small external contractors. This framework would be in addition to the above. The Council is seeking to appoint 2 Contractors to deliver the work across all areas of the City with Contractor 1 delivering a larger portion of the work approximately two thirds than Contractor 2 approximately one third. The total estimated annual value of the work under this framework is 5.5m and based on this value, Contractor 1 would be awarded work valued at approximately 3.7m per annum and Contractor 2 would be awarded work valued at approximately 1.8m per annum. The Voids Team will manage the allocation of works to this effect. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget. The Contract period will be 2 years from 1st January 2026, 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: The Council will award the order on a rotational basis for each category of void works as follows: 2 to Contractor 1, 1 to Contractor 2, then 2 to Contractor 1, 1 to Contractor 2, and so on unless in the event there are capacity or non performance issues, then the Council may skip the contractor with capacity or non-performance issues in the rotation. The Council reserves the right to deliver the works in house or to purchase from any Contractor outside of this Framework. Description of Works and Priority Categories This work will generally comprise of work in unoccupied properties and occasionally garage sites and Supported Accommodation hostels. Work is generally instigated at the request of the Employer Void Management Unit. Predominantly this will be multiple activity work. However, on occasion it may be singular activity work such as electrical gas checks or changing of locks etc. There are six main categories priorities of work Urgent Quick Turnaround Urgent QT Completion within 5 working days Minor Works Quick Turnaround QT Minor Works Completion within 7 working days. Pre works Completion within 5 working days Minor Works Completion within 13 working days Major Works Completion within 30 working days Extensive Major Works Completion within 50 working days Bidders should allow for Welfare facilities, site set up, mobilisation, hoardings and signage provision within their tendered rates.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262660",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44221100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44221200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "98395000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42512510",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50222100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39141000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39220000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39221100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45432114",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44112210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45441000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45440000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45320000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45453100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44230000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45422000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44220000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45442100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45451000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44112300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45410000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45431000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44112500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44212310",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262680",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42660000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44113330",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261420",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45232452",
                        "scheme": "CPV"
                    },
                    {
                        "id": "43324000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34928200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44114000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44113100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "43312300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45111100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45110000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42160000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39715200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39715000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45330000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44115500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45343230",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90915000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "24951230",
                        "scheme": "CPV"
                    },
                    {
                        "id": "24951220",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39531000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39530000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL22"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 22000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Login#",
        "tenderPeriod": {
            "endDate": "2025-03-21T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB497759",
                "documentType": "contractNotice",
                "title": "Framework for Repairs and Maintenance to Domestic Vacant Properties",
                "description": "The domestic property portfolio of the Council comprises a mixture of social housing approximately 14318 properties in number and other properties. The domestic property portfolio consists of Houses Bungalows Low Rise Blocks of Flats High Rise Blocks of Flats Sheltered Accommodation Supported Accommodation Hostels Traveller Sites Maintenance of these properties is undertaken by the Council via a mixture of in house provision and external contractors. Dwellings will vary in age and condition and bidders are advised to make due allowance for this. This tender process is in relation to repairs and maintenance to domestic vacant properties. The Council has a small in house workforce delivering repairs and maintenance to domestic vacant properties which is supported by a pool of small external contractors. This framework would be in addition to the above. The Council is seeking to appoint 2 Contractors to deliver the work across all areas of the City with Contractor 1 delivering a larger portion of the work approximately two thirds than Contractor 2 approximately one third. The total estimated annual value of the work under this framework is 5.5m and based on this value, Contractor 1 would be awarded work valued at approximately 3.7m per annum and Contractor 2 would be awarded work valued at approximately 1.8m per annum. The Voids Team will manage the allocation of works to this effect. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget. The Contract period will be 2 years from 1st January 2026, 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: The Council will award the order on a rotational basis for each category of void works as follows: 2 to Contractor 1, 1 to Contractor 2, then 2 to Contractor 1, 1 to Contractor 2, and so on unless in the event there are capacity or non performance issues, then the Council may skip the contractor with capacity or non-performance issues in the rotation. The Council reserves the right to deliver the works in house or to purchase from any Contractor outside of this Framework. Description of Works and Priority Categories This work will generally comprise of work in unoccupied properties and occasionally garage sites and Supported Accommodation hostels. Work is generally instigated at the request of the Employer Void Management Unit. Predominantly this will be multiple activity work. However, on occasion it may be singular activity work such as electrical gas checks or changing of locks etc. There are six main categories priorities of work Urgent Quick Turnaround Urgent QT Completion within 5 working days Minor Works Quick Turnaround QT Minor Works Completion within 7 working days. Pre works Completion within 5 working days Minor Works Completion within 13 working days Major Works Completion within 30 working days Extensive Major Works Completion within 50 working days Bidders should allow for Welfare facilities, site set up, mobilisation, hoardings and signage provision within their tendered rates.",
                "url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=FEB497759",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The scope of the work may include (but not be limited to) to following: Asbestos Removal / Disposal Asbestos testing, sampling & surveys PVCu Windows / Doors fabrication & installation Window / Doors fabrication & installation Locksmiths Damp-proofing / Specialist Treatment Fitted Furniture & Kitchens Flooring Glazing Insulation Internal Refurbishment Packages Carpentry & Joinery Services Masonry & Bricklaying Minor Repairs / Redecorations to Vacant Dwellings Painting & Decorating Partitions / Interior Fitting out Plastering / Tiling / Interior Finishing Pointing Specialists Wall Tie Replacement Services Window / Door Repair & Maintenance Noise Insulation Roofing Scaffolding Metal Fabrication Services Specialist Welding / Structural Work Repair Services General Alterations Textured Coatings Services Waterproofing Services Drainage (cleaning / clearing / repairing / moving manholes etc.) Fencing Concrete and Paving Environmental Cleaning Grounds Maintenance Clearance Demolition & Clearance - hazardous / biological contaminated waste / sharps. Demolition & Clearance Screening / Security of Voids Shutter / Sliding Doors Boiler Installation & Maintenance Electrician Services Gas Fired Central Heating Heating, ventilation & Flue Lining Services Plumbing Installation / Maintenance Testing Services (PAT testing / Electrical Testing / Dry-Riser Testing) Electrical Engineering & Lightning Protection Domestic rewiring Sprinkler (Inc. fire extinguisher maintenance) External Wall Insulation Chimney Sweeps Landscaping Specialist Structural Services Fire Safety Works Carpets",
                "status": "active",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 10,
                    "maximumCandidates": 10
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "possible extension for a additional 2 years"
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2025-04-14T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en",
                "cy"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-12-31T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2
            }
        },
        "classification": {
            "id": "45000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Please refer to the tender documents that can be found on the Proactis Portal under reference ERFX1008590. https://supplierlive.proactisp2p.com/account/login 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. NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=147678. 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: A Community Benefits Question will be inserted as part of the quality questions. (WA Ref:147678) 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-147678"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}