Framework for Repairs and Maintenance to Domestic Vacant Properties

A Tender Notice
by CARDIFF COUNCIL

Source
Find a Tender
Type
Framework (Works)
Duration
23.5 month
Value
£0-£22M
Sector
CONSTRUCTION
Published
19 Feb 2025
Delivery
To 11 Mar 2027 (est.)
Deadline
21 Mar 2025 12:00

Concepts

Location

Cardiff and Vale of Glamorgan:

Geochart for 1 buyers and 0 suppliers

1 buyer

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.

Total Quantity or Scope

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 Options

possible extension for a additional 2 years

CPV Codes

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services
  • 45421110 - Installation of door and window frames
  • 45421100 - Installation of doors and windows and related components
  • 44221100 - Windows
  • 44221000 - Windows, doors and related items
  • 44221200 - Doors
  • 98395000 - Locksmith services
  • 42512510 - Dampers
  • 50222100 - Repair and maintenance services of dampers
  • 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
  • 45432114 - Wood flooring work
  • 44112210 - Solid flooring
  • 45441000 - Glazing work
  • 45440000 - Painting and glazing work
  • 45320000 - Insulation work
  • 45453100 - Refurbishment work
  • 44230000 - Builders' carpentry
  • 45422000 - Carpentry installation work
  • 45421000 - Joinery work
  • 44220000 - Builders' joinery
  • 45442100 - Painting work
  • 45451000 - Decoration work
  • 44112300 - Partitions
  • 45410000 - Plastering work
  • 45431000 - Tiling work
  • 44112500 - Roofing materials
  • 44212310 - Scaffolding
  • 45262100 - Scaffolding work
  • 45262680 - Welding
  • 42660000 - Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment
  • 45262700 - Building alteration work
  • 44113330 - Coating materials
  • 45261420 - Waterproofing work
  • 45232452 - Drainage works
  • 43324000 - Drainage equipment
  • 34928200 - Fences
  • 44114000 - Concrete
  • 44113100 - Paving materials
  • 43312300 - Paving machinery
  • 45111100 - Demolition work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 42160000 - Boiler installations
  • 39715200 - Heating equipment
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 45330000 - Plumbing and sanitary works
  • 44115500 - Sprinkler systems
  • 45343230 - Sprinkler systems installation work
  • 90915000 - Furnace and chimney cleaning services
  • 31625000 - Burglar and fire alarms
  • 24951230 - Fire-extinguisher charges
  • 24951220 - Fire-extinguisher agents
  • 39531000 - Carpets
  • 39530000 - Carpets, mats and rugs

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Staff qualifications are relevant.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 https://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.

Reference

Domains