Notice Information
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
Notice Details
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
Buyer & Supplier
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
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"
}