Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Vale of Glamorgan Council
Civic Offices, Holton Road
BARRY
CF63 4RU
UK
Person cyswllt: Iftekhar Hussain
E-bost: EnvironmentProcurement@cardiff.gov.uk
NUTS: UKL22
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.valeofglamorgan.gov.uk
Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0275
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Framework for Disabled Adaptations
Cyfeirnod: VOG/IH/21/10/24
II.1.2) Prif god CPV
45000000
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
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
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 7 270 104.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
45000000
34953000
39141000
42416300
42419500
42416000
34952000
45211100
45211300
45211310
45211350
45214631
45300000
50700000
50710000
45400000
45450000
45213316
45313200
45313100
45313000
45331000
45421110
45421100
45421111
45421112
45421130
45421131
45421132
39144000
39715200
45331100
45453100
33196200
39141400
45421151
II.2.3) Man cyflawni
Cod NUTS:
UKL22
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality
/ Pwysoliad: 45
Maes prawf ansawdd: Community Benefits
/ Pwysoliad: 10
Maen prawf cost: Price
/ Pwysoliad: 45
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Please refer to the Tender Documentation.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-034125
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
16/04/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 12
Nifer y tendrau a ddaeth i law gan BBaChau: 12
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 12
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
2D BUILDING CONTRACTORS LTD
Unit 19b Ely Valley Industrial Estate
Pontyclun
CF729DZ
UK
NUTS: UKL
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
PHYSICAL ADAPTATION SOLUTIONS LIMITED
C/O Accounted For Ltd, Unit 2 Riverbridge Business Centre, Rhymney River Bridge Road
Cardiff
CF239FP
UK
NUTS: UKL22
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
R & M WILLIAMS (HOLDINGS) LIMITED
Williams House, Station Square
Neath
SA111BY
UK
NUTS: UKL
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
WHILL CONSTRUCTION LTD
6 Handel Close, Penarth
Vale Of Glamorgan
CF643QP
UK
NUTS: UK
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
KINGFISHER DEVELOPMENTS (WALES) LIMITED
The Hayes Building, Town Hall Square
Llantwit Major
CF611SD
UK
NUTS: UKL22
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
CONSILIO CONSTRUCTION AND ARCHITECTURE LTD
14d Bessemer Road
Cardiff
CF118BA
UK
NUTS: UKL
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 7 270 104.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
(WA Ref:157126)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Ffôn: +44 2079477501
VI.5) Dyddiad anfon yr hysbysiad hwn
20/10/2025