Section one: Contracting authority
one.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for Planned Works to Domestic Properties
Reference number
ERFX1007559
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The domestic property portfolio of the Council comprises a mixture of social housing (approximately 13,723 properties in number) and other properties.
Planned works to these properties is undertaken by the Council via external contractors.
Dwellings will vary in age and condition and bidders are advised to make due allowance for this.
This tender process was is in relation to planned works to domestic properties.
The estimated total annual contract value is GBP5.65M and the Council is seeking to appoint a total of 8 Contractors to the Framework.
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.
The framework will have two award mechanism; the 1st is a Direct Award for minor planned works and the 2nd is a Mini Competition for unforeseen projects.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £22,600,000
two.2) Description
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45400000 - Building completion work
- 45450000 - Other building completion work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
This tender process was in relation to planned works to domestic properties.
The estimated total annual contract value is GBP5.65M and the Council is seeking to appoint a total of 8 Contractors to the Framework.
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.
The framework will have two award mechanism; the 1st is a Direct Award for minor planned works and the 2nd is a Mini Competition for unforeseen projects.
The three highest ranked Contractors will be appointed to deliver minor planned works predominately in an allocated District of the city via a Direct Award Mechanism. The estimated annual value of the Direct Award Works is GBP2.35M, and based on this value:
- Contractor 1 / District 1 approximately GBP750K per annum
- Contractor 2 / District 2 approximately GBP1.1M per annum
- Contractor 3 / District 3 approximately GBP500K per annum
The Planned Team will manage the allocation of works to each contractor, predominantly by district although it should be noted that there may be times when Contractors will be required to deliver the works outside of their allocated district. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget.
The Direct Award works include Planned Kitchen upgrades, Minor Bathroom upgrades, Major Fire Damage Repairs, Major Structural Repairs, and Large-scale Disrepair Works.
Please note that if selected to be invited to tender, the Council will limit the award to one district for successful contractors. Bidders will be required to confirm their District preference at tender stage by ranking their preferred Districts 1st, 2nd or 3rd.
Account will be taken of this preference in determining the District successful Contractor’s will be appointed to. The highest ranked tender will be appointed their preferred District, the next highest ranked tender will be appointed their preferred District unless it has already been allocated to the ranked 1 tender; and in which case the 2nd preference district will be allocated and so on.
The Council will determine in which district the required works are located and award the work to the Contractor appointed to that district. However, it should be noted that the Council reserves the right to apply cross district award, for example where there are capacity or performance issues with the contractor appointed to the district in which the works are located.
All 4 Contractors will have the opportunity to bid for planned large scale refurbishment projects unless there are capacity or performance issues; and this work will be awarded via the mini competition award mechanism.
The estimated annual value of these works is GBP3.3M.
It should be noted that the bids for Mini Competition works will be evaluated on 100% cost.
This framework will be for a period of 2 years with the option to extend for up to a further 2 years.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-016229
Section five. Award of contract
Contract No
ERFX1007559
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 March 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
R & M Williams Ltd
Williams House, Westpoint Industrial Estate Penarth Road
Cardiff
CF118JQ
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ian Williams Limited
Ian Williams Limited, Quarry Road Chipping Sodbury
Bristol
BS376JL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
LCB Construction LTD
LCB Construction LTD, 10 Stuart Close Trade Park
Cardiff
CF118EE
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
M Delacey & Sons (Holdings) Ltd
The Gaot Mill Road, Dowlais
Merthyr Tydfil
CF483TD
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £22,600,000
Section six. Complementary information
six.3) Additional information
The Council reserves the right to appoint a replacement contractor in the event of either the Contractors initially being appointed withdrawing from the Framework Agreement, or in the event that the Council terminates the agreement with either of the Contractors initially appointed.
(WA Ref:119450)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom