Framework for Disabled Adaptations

A Tender Notice
by VALE OF GLAMORGAN COUNCIL

Source
Find a Tender
Type
Framework (Works)
Duration
23.5 month
Value
£7M
Sector
CONSTRUCTION
Published
22 Oct 2024
Delivery
To 22 Nov 2026 (est.)
Deadline
02 Dec 2024 12:00

Concepts

Location

Cardiff and Vale of Glamorgan:

Geochart for 1 buyers and 0 suppliers

Description

The Council intends to appoint up to Four (4) Suppliers to the framework and up to Two (2) Suppliers as reserves. The suppliers will be offered work on a rotational basis with priority for the first Four (4) Suppliers. This Framework will operate for a period of two (2) years, with the option to extend for up to an additional two (2) years. - The Vale of Glamorgan Council requires disabled adaptation works that assist individuals to retain their independence at home. A Disabled Facilities Grant (“DFG”) is available to assist eligible people to adapt their homes in the Vale of Glamorgan. It is subject to person and property eligibility which is assessed by the Council. The properties included in the Framework will be privately owned either by the DFG Applicant or their landlord or Council Tenants. Permission for access and to complete the works will be obtained by the Council as part of the DFG process. - To assist eligible people for a DFG (DFG Applicants), the Council offers a Disabled Facilities Agency Service (the Agency Service). Where DFG Applicants choose to employ the Agency Service, the Council will provide a full service in preparing plans, preparing and submitting the formal grant application, supervising works on site and certifying the works on completion. Over the last four (4) years, the Council’s Agency Service has used an Adaptations Framework working with several Suppliers to deliver the adaptation works DFG Applicants require, removing the need for each individual grant to be tendered. - In addition to the above, this framework may be used by the Council’s, Council Housing Adaptations Team (CHAT) to support the delivery of adaptations within its council housing stock for tenants identified as requiring support to continue living independently. The Council has approximately 4,000 properties within its portfolio and the successful contractor(s) will be engaged by the Housing and Building Services Adaptations Team to deliver adaptations. - The following list includes examples of the type of Works that may be required. i. Access to and from Dwelling - External ramping, fixed and temporary - Low threshold doorways - Door entry systems ii. Making dwelling safe - Removable of trip hazards as assessed iii. Accessing principle family room - Widening doorways/structural openings - Hallway alternations iv. Accessing room for sleeping - Altering internal room arrangements - Through floor lift v. Access to lavatory - Installing specialist equipment, e.g. clos-matt - New partitioning in existing room vi. Access to bath/ shower - Removing existing facilities and refitting with adapted equipment, e.g. - Level access shower - Specialised Shower Screen - Thermostat control shower - Anti-slip flooring - Grip rails - Specialised seats - Specialist baths - Creation of wet room - Specialist Shower cubicle - Shower/ changing tables - Specialist W.C. - Hoist Ceiling Rails when access between rooms are required - Specialist drying equipment vii. Access to hand washing facilities - Install W.H.B in bedrooms viii. Facilitating food preparation and cooking - Specialist kitchen equipment ix. Improving and providing heating - Installing additional sources of heating x. The Construction of Extensions to house adaption which can’t be accommodated with the existing floor print of the property. - Ground Floor bedroom - Ground floor bathroom or w.c. - Combination of both - Loft conversion

Total Quantity or Scope

The Council intends to appoint up to Four (4) Suppliers to the framework and up to Two (2) Suppliers as reserves. The suppliers will be offered work on a rotational basis with priority for the first Four (4) Suppliers. This Framework will operate for a period of two (2) years, with the option to extend for up to an additional two (2) years. - The Council will follow an open procedure that comprises supplier business evaluation and tender response. Bidder’s price, quality and community benefit scores will be added together and the Bidder(s) with the highest overall total score on the lot in question up to the maximum appointed to the lot. - All Bidders are required to complete and submit the following (which will constitute a complete Bid response): (1) Completed Part A – Selection Stage – Pre-Qualification Questionnaire (Part A); (2) Completed Part B – ITT Response (Part B); - The first stage of the process is a selection process as set out in Appendix B in the Invitation to Tender (ITT) document. The Contracting Authority will evaluate Bidders’ PQQ responses to the selection questions in the PQQ (Appendix B) against the PQQ Evaluation Criteria and Weightings set out in the ITT before evaluating the ITT responses. - PQQ responses will be evaluated as Pass or Fail or scored out of five (5), where five is the maximum score. A minimum of 87 points will need to be achieved to qualify to the next stage. Failure to meet the mandatory requirements will result in Bidders not being considered further and their Bid rejected. Bidders that meet the mandatory requirements and have scored greater than the minimum score set out above will proceed to the second stage of the process and have their ITT submission evaluated. Additional information: Please refer to the Tender Documentation.

Renewal Options

Option to extend for a further 24 months after the initial 24.

CPV Codes

  • 45000000 - Construction work
  • 34953000 - Access ramps
  • 39141000 - Kitchen furniture and equipment
  • 42416300 - Hoists
  • 42419500 - Parts of lift, skip hoists or escalators
  • 42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
  • 34952000 - Hydraulic-platforms hoists
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211310 - Bathrooms construction work
  • 45211350 - Multi-functional buildings construction work
  • 45214631 - Installation works of cleanrooms
  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45400000 - Building completion work
  • 45450000 - Other building completion work
  • 45213316 - Installation works of walkways
  • 45313200 - Escalator installation work
  • 45313100 - Lift installation work
  • 45313000 - Lift and escalator installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45421110 - Installation of door and window frames
  • 45421100 - Installation of doors and windows and related components
  • 45421111 - Installation of door frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421131 - Installation of doors
  • 45421132 - Installation of windows
  • 39144000 - Bathroom furniture
  • 39715200 - Heating equipment
  • 45331100 - Central-heating installation work
  • 45453100 - Refurbishment work
  • 33196200 - Devices for the disabled
  • 39141400 - Fitted kitchens
  • 45421151 - Installation of fitted kitchens

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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=145404. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. 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: Please refer to tender documentation (WA Ref:145404) The buyer considers that this contract is suitable for consortia.

Reference

Domains