Section one: Contracting authority
one.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
Contact
Lloyd Davies
Telephone
+44 920773701
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
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Non Domestic Building Maintenance Frameworks
Reference number
ERFX1007912
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Cardiff Council wishes to establish a new framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall.
It is proposed that the new framework contracts will comprise:
- Statutory obligations and remedial works;
- 24/7 Emergency, responsive and minor planned maintenance works up to (North Cardiff);
- 24/7 Emergency, responsive and minor planned maintenance works (South Cardiff);
- Planned maintenance works of value
- Roofing maintenance works
two.1.5) Estimated total value
Value excluding VAT: £30,000,000
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
Statutory Obligations and Remedial Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45310000 - Electrical installation work
- 50750000 - Lift-maintenance services
- 42160000 - Boiler installations
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
The Authority wishes to establish a framework agreement for the provision of building maintenance works and services to its’ non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed building including Cardiff Castle and City Hall.
This Specification refers to the Statutory Obligations Testing and Cyclical Maintenance Works, along with any urgent and low cost remedial works identified during the testing and cyclical maintenance. All works are to be completed in accordance with the SFG20 standard, as well as other parts of this Specification and overall Framework requirements.
The Contractor will be expected to undertake Statutory Obligations Testing and Cyclical Maintenance of the Council’s non-domestic buildings, including schools, at approximately 400 sites as identified in the Cyclical Maintenance Demand Model
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
Start date
3 April 2023
End date
31 March 2027
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Highest Ranking
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
Roofing Works
Lot No
5
two.2.2) Additional CPV code(s)
- 45261900 - Roof repair and maintenance work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
Cardiff Council wishes to establish a framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall.
If the works are identified as a responsive repair following an emergency, then the Contractor should attend the site within 5 working days with a target completion time of 10 working days or by agreement with County Estates. In respect of planned works the contractor shall complete the works according to the project plan agreed with County Estates.
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
Start date
3 April 2023
End date
31 March 2027
This contract is subject to renewal
No
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
Planned Maintenance Works
Lot No
4
two.2.2) Additional CPV code(s)
- 45213100 - Construction work for commercial buildings
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
Cardiff Council wishes to establish a framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall.
This Specification refers to Lot A4 – the undertaking of planned works on the Council’s non-domestic buildings, including schools, at approximately 400 sites.
It is the Council’s intention to appoint up to 4 contractors who thereafter undergo a mini-competition each time work is required.
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
Start date
3 April 2023
End date
31 March 2027
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 8
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
Emergency, Responsive and minor Planned Works South Cardiff
Lot No
3
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
Cardiff Council wishes to establish a framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall.
It is the Council’s intention to separate the work into two geographical areas: Lot A2 – North Cardiff and Lot A3 South Cardiff. It should be noted that in respect of these two Lots, it is the Council’s intention to award to two separate Contractors. Therefore, a Contractor cannot be awarded both Lots. Although a Contractor will be allowed to bid for both Lots, bidders will be required to identify their preference during the Invitation to Tender stage.
If the works are identified as an emergency, the contractor will be contacted immediately and must attend the site within 2 hours to make safe with a target completion time of 24 hours dependent on nature of repair. In respect of a responsive call out, the contractor should attend the site within 5 working days with a target completion time of 10 working days. In respect of planned minor works the contractor should attend site within 5 working days of the agreed start date with a target completion time to be agreed with Building Services.
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
Start date
3 April 2023
End date
31 March 2027
This contract is subject to renewal
No
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
Emergency, Responsive and minor Planned Works North Cardiff
Lot No
2
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
Cardiff Council wishes to establish a framework agreement for the provision of building maintenance works and services to its non-domestic property portfolio which encompasses over 400 Council buildings including schools, civic offices and listed buildings including Cardiff Castle and City Hall.
This Specification refers to Lot’s A2 and A3 – 24/7 Emergency/Responsive/Minor Maintenance Work of value less than (North and South Cardiff.) The scope of Lots A2 and A3 includes Emergency Response, Responsive, and Minor Planned Works. The contractor will be required to provide an emergency response service 24 hours per day, 365 days per annum.
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
Start date
3 April 2023
End date
31 March 2027
This contract is subject to renewal
No
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
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
8 September 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 October 2022
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: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=123754.
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.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
All Social Value information can be found within tender documentation
(WA Ref:123754)
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