Section one: Contracting authority
one.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
corporate.procurement@cardiff.gov.uk
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/account/login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/account/login
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 Disabled Adaptations to Domestic Properties
Reference number
ERFX1007464
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The disabled facilities service (DFS) are a division of the Council responsible for making funding available cross tenure. Funding may be used towards the purchase and installation of specialist equipment; the provision of adaptations and works that prevent slips, trips and falls in and around the home where the applicant is able to prove to the Council that they meet the prevailing criteria.
The Disabled Facilities Service is a reactive service that administers cases as soon as they are received. The successful contractor will be expected to deliver quality adaptation works in order to meet the rigorous PI’s that have been set.
The works primarily involve the adaptation of domestic properties as a result of the approval of a Disabled Facilities Grant or any Discretionary Grant awarded to the applicant. To support this area DFS operate a "Grant Agency Service" that provides a professional, technical and administrative service to the clients (service users).
Put simply, the Council provides a service whereby the service users can appoint the Council to administer the grant on the service users’ behalf whilst working closely with health professionals such as the Community Occupational Therapy Service to ensure that the service users' needs are fully met.
The Authority intends to enter a Framework Agreement with multiple contractors for Lots 1 and 2, and a single contractor per lot for lot 3. The period of the framework agreements will be 2 years with the option to extend for up to a period of a further 2 years. The Framework is expected to commence 1st November 2021.
Lot 1 – General Building – 6 Providers (Est 4m GBP per annum)
Lot 2 – Stair Lifts / Vertical Lifts and Hoists – 2 Providers (Est 1.8m GBP per annum)
Lot 3 – Safety @ Home Works – 1 Provider (Est 1m GBP per annum)
two.1.5) Estimated total value
Value excluding VAT: £27,600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
General Building Work (Domestic only)
Lot No
1
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45000000 - Construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 44115800 - Building internal fittings
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
Converting existing rooms to provide accessible bathing facilities and all associated works (wet room, walk-in showers etc.); access ramps; re-grading / provision of external steps; internal alterations; construction of extensions (inclusive of services); general building works to repair, maintain or upgrade roofs, walls floors etc. There will also be a requirement for the recycling (removal, renovation and reinstallation) of modular ramping.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further two years
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 12
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Stair Lifts / Vertical Lifts and Hoists
Lot No
2
two.2.2) Additional CPV code(s)
- 44115600 - Stairlifts
- 42416300 - Hoists
- 45000000 - Construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45300000 - Building installation work
- 45313100 - Lift installation work
- 51511100 - Installation services of lifting equipment
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
Lifts:
Provision and installation of stair-lifts; internal and external vertical lifts. To include where appropriate all works associated to the lifts installation including cutting of apertures internally and any associated ground works externally etc. There will also be a requirement for the recycling (removal, renovation and reinstallation) of all lifts.
Hoists:
Provision and installation of ceiling tracked hoist systems. To include where appropriate, all works associated to the hoist installation including strengthening of ceilings, work to break through door heads and any associated structural works etc. There will also be a requirement for the recycling (removal, renovation and reinstallation) of hoists.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further two years
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Safety @ Home Works
Lot No
3
two.2.2) Additional CPV code(s)
- 33196200 - Devices for the disabled
- 45300000 - Building installation work
- 44115800 - Building internal fittings
- 45210000 - Building construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
Provision and installation of minor adaptations including hand and grab rails; small ramps; mop stick hand rails; alterations to steps; external rails and repairs to specialist equipment etc. At no additional cost to the Council, the contractor will also provide all Service Users with access to a free case work service providing Healthy Home Check and remedial works; Income Maximisation; Energy Efficiency inspection; Fund raising and access to alternative grant assistance etc. There will also be a requirement for the recycling (removal, renovation and reinstallation) of modular ramping, lifts and hoists.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 24 months
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 9
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.2.2) Time limit for receipt of tenders or requests to participate
Date
21 June 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 July 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Tender to be issued prior to the expiry of this Framework.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Council reserves the right to appoint a replacement contractor (for each Lot) in the event of the Contractor initially being appointed withdrawing from the Framework Agreement, or in the event that the Council terminates the agreement with the Contractor
initially appointed. To be clear if a supplier is lost from a particular Lot, the next highest scoring bidder for that Lot will be approached with a view to them being appointed as a replacement Contractor for that Lot.
To access the tender documentation, please register an interest on the opportunity on the Proactis Portal - https://supplierlive.proactisp2p.com/Account/Login
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:
Details will be provided in the Invitation to Tender
(WA Ref:109754)
The buyer considers that this contract is suitable for consortia.
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