Loading page content…
Loading page content…
Loading contract search results…
79 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Cardiff Council is seeking to understand the market from Providers who are committed to promoting services that meet the needs of adults with learning disabilities who have been identified as being in a social care crisis and can deliver Emergency Supported Living Services as detailed within this notice. This is a particular specialist service for people who have learning disabilities, including people with Autism, physical and sensory impairment, behaviour that is challenging and complex needs, who have fallen into crisis. The population groups are people who have been assessed/diagnosed as adults with complex care and support needs and have: • Autism (ASD) • Learning Disability The Emergency Accommodation Service (EAS) is a domiciliary supported living development that will respond to social crisis emergency situations. The Scheme has 5-beds available to vulnerable individuals on a temporary/short-term basis throughout the year. The Scheme will provide sleep-in support and 24-hour staffing that can meet a full range of complex learning disability needs. Individuals are issued ‘licences’ by the Community Landlord whilst living at this scheme. The Provider will support individuals with Housing related support issues and the management of maintaining the requirements of the ‘licences’ Including understanding their rights and responsibilities. The Provider is responsible for the provision of the Personal Domiciliary Care and support and the Housing Related Support services within the Emergency Accommodation Scheme to those people who are eligible. The purpose of the scheme is to provide short-term supported living to adults who have fallen into crisis by providing a range of quality, personalised support. As well as providing emergency accommodation the staff on site will offer a wide variety of emotional support and social and community activity-based opportunities supporting the well-being and independence of the individuals who are placed in the service. Targeted support to meet individuals’ needs would be identified via the wellbeing assessment and care plan. Providers are expected to support the further assessment of accommodation and support needs and help identify future needs.to move on from the service. All support delivered is required to be high quality and delivered by highly skilled, suitably trained, and qualified staff, who can respond appropriately at short notice and with a degree of flexibility to diverse needs. Support will be strengths-based and outcome focused and importantly co-produced with the individual in receipt of care and support, family, carers, and other stakeholders. The Council is looking to commission the care and support services for the individuals placed at the Scheme. They will receive personal domiciliary care and support from the commissioned Provider who is not the owner/landlord of the accommodation. Individuals are issued licences by the landlord whilst staying at the scheme. Individuals that are placed in the scheme would stay for the shortest period possible. The Provider would need to enter into a Service Level Agreement with the Community Landlord and undertake all Housing Management functions related to operating a supported living scheme environment. Cardiff Council will have a Management Agreement with the Community Landlord.
£1,508,000
Contract value
The Families First programme aims to ensure improved outcomes for children, young people and families. It is part of a wider continuum of support addressing a broad range of needs.
£420,000
Contract value
The service to be provided is residential care for Children or Young People (CYP) aged 11-17 (with the option to vary if demand dictates), within a Cardiff Council-owned children’s home, placed after an assessment of their needs by Cardiff Council. These services will be provided in a manner that best safeguards and promotes the welfare of the Child or Young Person in respect of whom the Services are provided. Children and young people will need to be supported using the Trauma Recovery Model and by employing an approach that is strengths based, and person centred. The Provider will work with individuals to achieve positive outcomes in line with their assessed needs and to meet the expectations of the Child or Young Person. Acknowledging that each provider must work within the parameters of an individual Child or Young Person’s care and support plan, this is an outcome focused service, where the delivery of outcomes important to each individual Child or Young Person in a rights-based approach, are monitored for quality.
£13,000,000
Contract value
The domestic property portfolio of the Council comprises a mixture of social housing (approximately 13,723 properties in number) and other properties. Dwellings will vary in age and condition Planned works to these properties is undertaken by the Council via external contractors.
Value undisclosed
The Independent Living Services ILS (disabled facilities service DFS) are a division of the Council that helps people remain independent living at home. As part of this function, Disabled Facilities Grant funding is made available to carry out adaptations to the home, these grants are made available for all tenure types. The works carried out involve the adaptation of domestic properties including the installation of specialist equipment and / or the provision of adaptations and works that prevent slips, trips and falls in and around the home or make the home more accessible for those with disabilities.
Value undisclosed
This tender process will be 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, and this framework would be in addition to the in-house workforce.
Value undisclosed
This tender process will be in relation to responsive repairs and maintenance to domestic properties. The Council has an in-house workforce delivering responsive repairs & maintenance to domestic properties, and this framework would be to support the in-house workforce by completing works that it does not have the capacity or specialist skills to deliver (e.g. asbestos works) to complete.
Value undisclosed
Cardiff Council wishes to renew its 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.
Value undisclosed
Design, supply, installation and maintenance of mechanical and electrical equipment for the control and management of the Queens Gate Tunnel and related infrastructure and services.
£6,000,000
Contract value
The Council operates an MRF facility in Cardiff which processes approx. 35,000 tonnes of Dry Mixed Recyclate (DMR) per year, however due to limitations of the facility it requires a third party to collect and transport any excess DMR to a facility to be sorted and recycled on its behalf.
£4,500,000
Contract value
Cardiff Council proposes to find a contractor to aid in relocating traders during the restoration of Cardiff Market To include Groundworks and site setup between the Old Library and former Howells building. Contractor will provide Heras fencing to provide secure compound for 4 temporary units and services. A 1m exclusion will be maintained to the Old Library for Fire Compartmentation zone and 3m clear carriageway for emergency services. Temporary units and surrounding Heras will be considered under a highways hoarding license. Contractor will be responsible for procuring hoarding, street works and S50 licenses. Contractor will be responsible for dilapidation surveys prior to commencement and on completion of the project. The client will secure planning approval. Due to city location the contractor will be responsible for providing an intruder system, designed to ensure site wide coverage of areas within the Heras compound and front and side entrance doors of units. This will need to be live from installation of temporary units, until all units are permanently removed. The system is to be monitored out of hours via a control centre, notifying emergency services of unauthorized entry into both compound and units. Contractor to purchase and convert 2x 20ft high ‘1-ship’ containers (Retail+), fabricated offsite. Completed units to be delivered to Trinity Street ready for utility/infrastructure connections. Erection of site compound, delivery of materials and logistics of temporary units can only be accommodated between 24:00-10:00hrs, access coordinated via Cardiff Council. Adaptions and alterations for each unit as follows; 125mm Eurothane insulation placed between floor bearers to insulate underside of floors. Containers will be sanded externally to create a key for topcoat of BS00E53 CT250 Black paint. All letters/numbers will be removed from the container prior to painting. Cam-bars to doors will be removed prior to painting and reinstated afterwards. 2 apertures will be cut in a 20’ elevation using 100x50x5mm RHS and receive fully welded seal. Box section of 70x25mm will be welded between door frames to create threshold upstand. Containers will receive Black ‘Smarts’ system French Doors with toughened glass and low threshold. One single door aperture will be cut in the side elevation, non cam bar door side, using 100x50x5mm RHS and will receive welded seal. Box section 70x25mm will be welded between door frame to create threshold upstand. Containers will receive ‘Smarts’ Single doors with toughened glass and low threshold. Aluminium frames to receive EPDM bonded membrane and mastic finish internally and externally. Doors to receive euro cylinder locks with thumb turn internally. Contractor will provide engineers calculations and design package for adaptions and structural openings. 5x ceiling supports to be installed using 50x50x3mm SHS, fitted to top rail at 1200mm centres, ready for MF ceiling and fixing strategy for permitter I stud. 2x service apertures will be formed in end container walls, low level, where sinks are fixed and high level for electrical connection. Constructed with 50x50 box section providing clear 250x 250mm S/O. 3mm ‘infill/faceplate’ securely fixed to box section, allows for temporary service connections. Infill/faceplate to be cored providing service route, sized for incoming services through 3mm plate to be sheathed with black mastic finish, ensuring weather protection and damage from sharp edge penetrations. Apply 25mm spray foam PUR insulation to remaining internal walls and ceilings. Walls to receive 70mm deep I stud (with 25mm air gap from 25mm PUR). Fixings to head track to be made into supplementary ceiling supports. No fixings to penetrate the corrugated sheet material. 50mm PIR insulation to be installed within stud. All joints sealed with insulation foil tape. 70mm I stud to receive full height18mm ply.15mm fire line board applied on top and smooth smoke tape finish. 2.5mm white hygienic board applied as final surface finish. Wall panels adhered with 2-part bonding adhesive. Sheet abutments to receive divider bars, corners to receive 30x30mm external corners. Internal wall and ceiling corners to receive white mastic finish to ensure hygienic specification. Base trims to be applied to hygienic board, designed to allow ‘cap and cove’ slip resistant flooring. Ceilings to receive MF ceiling grid to provide floor/ceiling height of 2500mm clear. Hangers for MF ceiling to be fitted to sacrificial ceiling support steels. Ceiling to receive 15mm fire rated plasterboard, plaster finish, 1x mist coat and 2x coats white emulsion. Floors to receive new 6mm ply fitted to existing at 150mm centres, covered with reinforced flexible self-leveller and 2.5mm concrete effect vinyl with welded upstand. All door thresholds receive mastic finish to ensure robust threshold detail. Each container will have; Stainless double bowl, 2x mixer taps and 30L undercounter water heater. Under sink grease trap fitted to stainless basin with automatic dosing system. Allow for supplying 2x additional dosing solutions. Client will be responsible for purchases thereafter. Rear wall to receive stainless worktop full width of remaining space, with upstand to match profile of sink. Contractor to provide 4x Kaplanar Beril Storage and 2x Kaplanar Fish Slabs. Counters will be placed partially outside the footprint of French Doors. Contractor to provide removable, adjustable plinth across footprint of door openings. Allowing front corner castings of counters to be supported if moved beyond footprint of door threshold. A consistent floor finish should be maintained between the container FFL and the external plinth FFL. A retractable canopy will be fitted to the container structure. Contractor will be responsible for designing canopy fixing details, fitted to the structural head member of the container. The canopy will provide coverage over French doors and provide side guards. Vertical posts will be fitted either end of containers to vertical steel post between head and base corner castings. Units require structural plates fitted to containers to receive new canopies. Contractor will need to apply details prior to paint finish and co-ordination of installation with nominated canopy provider. Contractor to allow for 2 phase logistics of containers and for packing material/shims to line and level units. Contractor will be liable for containers insurance up to and during delivery and then at removal. Once units are sited within the secure compound and CCTV monitoring system is live, the Client will become responsible for insurances. 2x Specialist furnished catering units will be delivered to site by a third party, these are in addition to the Retail+ container units. Cardiff Council will be responsible for the hire of these catering units direct. Contractor will liaise with the hire company to co-ordinate delivery of units and upon phased completion coordinate removal. Contractor will be responsible for facilitating installation of temporary waste/water (W/W) and new 140KVA temporary electricity supply, used to provide w/w and electric connections for temporary kitchen, fridge/freezer and retail+ units. If mains connections are not viable alternative utility services will need to be considered. Hoarding, utility infrastructure and units needs to be ready by 02.10.25. Tenants will occupy units by 16.10.25. Contractor will be responsible for installing standpipe and feeder pillar, stop tap, and enclosures ready to receive mains connections. Contractor will be responsible for sizing and distributing connections above ground to each unit. Units with a water supply will need a shut off valve externally to allow for each to be shut off separately. Supplies running above ground will be lagged in external grade material with trace heating and housed within suitable heavy duty ramp protectors. On completion contractor will be responsible for removing and disposing of ramps and consumables. Contractor will provide testing for Bacterial and Legionella following live water connections to units, prior to tenant occupation. Contractor will complete tests every 3 months following first regime, until removal. Contractor will be responsible for removing containers to location/s within a 10-mile radius of Trinity Street, location TBC by client on decanting of units. Demobilisation of units will be completed over 2 phases. 1 kitchen and 1 Retail+ unit will be off hired 10.04.26. Contractor will be responsible for disconnecting services associated with this phase and subsequent removal of units and site compound where necessary. Between 10.04.26 - 30.04.26 contractor will facilitate ‘changeover’ of the Fridge to a Freezer, using the unit already in place. Remaining units will be off hired 28.08.26. Contractor will be responsible for disconnecting services associated with this phase and removal of units and site compound. Contractor will be responsible for reinstating highways. Dates are subject to Main Market programming.
Value undisclosed
The Council is issuing this Preliminary Market Engagement Notice to commence preliminary market engagement with interested contractors in respect of a future procurement process that it intends to conduct. The procurement process aims to appoint a contractor to deliver a turn-key solution inclusive of funding, design, construction, operation and maintenance of an energy solution across the Sports Village in Cardiff Bay -the Scheme. The Scheme is essential to protect the long-term sustainability of the existing sport and leisure facilities given the volatility of energy price and the Council’s commitment to reducing the Carbon footprint of its estate and support the wider regeneration. It is the intention to procure a District Energy Network - DEN - Developer through a private delivery model and for the parties to enter into a Development Agreement together with ancillary agreements. Other than land - long lease -and concessionary arrangements with the existing sporting and leisure assets and supporting with grant applications -third-party, not Council - where appropriate the Council will not be funding or financial supporting the delivery and operation of the energy asset by any other means. This has to be a private sector delivered and operated solution. The Development Agreement and ancillary agreements will set out the arrangements as between the Council and DEN Developer to enable the DEN Developer to finance, design, build, operate and maintain the DEN for a defined term. The Council makes the following supporting information available with this Notice, these documents can be found within the Attachments Tab on Proactis - Annex 1 - Energy Strategy Annex 2 - Energy Strategy Technical Report Annex 3 - Cost Report Annex 4 - Contract Structure Report Annex 5 - Revenue Report Annex 6 - Approved masterplan Proposed Procurement Structure - It is the intention to procure a District Energy Network - DEN - Developer through a private delivery model and for the parties to enter into a Development Agreement together with ancillary agreements. An overview of this structure is set out in Annex 4. The Development Agreement and ancillary agreements will set out the arrangements as between the Council and DEN Developer to enable the DEN Developer to finance, design, build, operate and maintain the DEN for a defined term. The Council envisages to commence a public procurement process for the Scheme via the issue of a Tender Notice in July 2025. The intention is to conduct the procurement using the Competitive Flexible Procedure as provided for under the Procurement Act 2023. The procurement process will involve a multi-staged process, which will permit dialogue. The competition will start with a pre-qualification process to allow the Council to identify and shortlist the most capable contractors who will then be subsequent invited to dialogue on the Scheme and submit tenders. Further details of the process will be made available when the procurement commences. Background In 2023, the Council invited the Market to respond to its request for feedback on a proposed model of delivery for the Scheme. The responses received helped the Council to better inform and shape its strategy for the Scheme and undertake further due diligence activities. Through this process, the Council are looking for a turn-key solution against their energy strategy within ISV whereby the successful parties can demonstrate the ability to fund, deliver and operate an energy centre infrastructure based upon a heat recovery solution between Ice Arena and International Pool as well as utilising heat recovery from Cardiff Bay. The initial essential outputs are - - Decarbonisation of the Cardiff International pool - CIP - Cardiff Ice Arena - CIA - and potentially Cardiff International White-Water Centre - CIWW. - Long-term sustainable energy strategy for the leisure infrastructure. - No capital investment from the Council or financial support or underwriting of costs. What are the Council offering? - Land on which to deliver an energy centre on a long lease of 125-250 years. This will have a restricted use for the delivery of an Energy Centre. - Ability to connect to International Pool, Ice Arena and CIWW - Support to secure grants if required for the energy infrastructure. - Legal obligation on the incumbent new development to connect to the energy infrastructure - subject to availability, timing and requirements. What are the Council’s timescale requirements? - The Council must conclude the Procurement with an outcome for a Cabinet decision no later 4th quarter 2025-2026 -January to March 2026.. - The Council are targeting the energy infrastructure to be in place for heat recovery between Ice Arena and International Pool by no later than 3rd quarter of 2026-2027 - October to December 2027.
Value undisclosed
The Council is issuing this Preliminary Market Engagement Notice to commence preliminary market engagement with interested contractors in respect of a future procurement process that it intends to conduct. The procurement process aims to appoint a contractor to deliver a turn-key solution inclusive of funding, design, construction, operation and maintenance of an energy solution across the Sports Village in Cardiff Bay -the Scheme. The Scheme is essential to protect the long-term sustainability of the existing sport and leisure facilities given the volatility of energy price and the Council’s commitment to reducing the Carbon footprint of its estate and support the wider regeneration. It is the intention to procure a District Energy Network - DEN - Developer through a private delivery model and for the parties to enter into a Development Agreement together with ancillary agreements. Other than land - long lease -and concessionary arrangements with the existing sporting and leisure assets and supporting with grant applications -third-party, not Council - where appropriate the Council will not be funding or financial supporting the delivery and operation of the energy asset by any other means. This has to be a private sector delivered and operated solution. The Development Agreement and ancillary agreements will set out the arrangements as between the Council and DEN Developer to enable the DEN Developer to finance, design, build, operate and maintain the DEN for a defined term. The Council makes the following supporting information available with this Notice, these documents can be found within the Attachments Tab on Proactis - Annex 1 - Energy Strategy Annex 2 - Energy Strategy Technical Report Annex 3 - Cost Report Annex 4 - Contract Structure Report Annex 5 - Revenue Report Annex 6 - Approved masterplan Proposed Procurement Structure - It is the intention to procure a District Energy Network - DEN - Developer through a private delivery model and for the parties to enter into a Development Agreement together with ancillary agreements. An overview of this structure is set out in Annex 4. The Development Agreement and ancillary agreements will set out the arrangements as between the Council and DEN Developer to enable the DEN Developer to finance, design, build, operate and maintain the DEN for a defined term. The Council envisages to commence a public procurement process for the Scheme via the issue of a Tender Notice in July 2025. The intention is to conduct the procurement using the Competitive Flexible Procedure as provided for under the Procurement Act 2023. The procurement process will involve a multi-staged process, which will permit dialogue. The competition will start with a pre-qualification process to allow the Council to identify and shortlist the most capable contractors who will then be subsequent invited to dialogue on the Scheme and submit tenders. Further details of the process will be made available when the procurement commences. Background In 2023, the Council invited the Market to respond to its request for feedback on a proposed model of delivery for the Scheme. The responses received helped the Council to better inform and shape its strategy for the Scheme and undertake further due diligence activities. Through this process, the Council are looking for a turn-key solution against their energy strategy within ISV whereby the successful parties can demonstrate the ability to fund, deliver and operate an energy centre infrastructure based upon a heat recovery solution between Ice Arena and International Pool as well as utilising heat recovery from Cardiff Bay. The initial essential outputs are - - Decarbonisation of the Cardiff International pool - CIP - Cardiff Ice Arena - CIA - and potentially Cardiff International White-Water Centre - CIWW. - Long-term sustainable energy strategy for the leisure infrastructure. - No capital investment from the Council or financial support or underwriting of costs. What are the Council offering? - Land on which to deliver an energy centre on a long lease of 125-250 years. This will have a restricted use for the delivery of an Energy Centre. - Ability to connect to International Pool, Ice Arena and CIWW - Support to secure grants if required for the energy infrastructure. - Legal obligation on the incumbent new development to connect to the energy infrastructure - subject to availability, timing and requirements. What are the Council’s timescale requirements? - The Council must conclude the Procurement with an outcome for a Cabinet decision no later 4th quarter 2025-2026 -January to March 2026.. - The Council are targeting the energy infrastructure to be in place for heat recovery between Ice Arena and International Pool by no later than 3rd quarter of 2026-2027 - October to December 2027.
Value undisclosed
The Period Dignity programme aims to ensure there is a dignified way of accessing period products for those who menstruate within education and those from low-income households in the Cardiff and the Vale local authority area. The fund aims to ensure low-income households and school learners have access to free of charge period products that are accessible in the most practical and dignified way possible. We are committed to addressing the challenges posed by all kinds of plastic pollution. With the aim of all period products used being eco-friendly period products (i.e. re-usable products and/or plastic free) is one of a range of interventions to achieve this.
Value undisclosed
Cardiff Council wish to test the current market for a suitably experienced company to manage the sale/disposal of all waste streams and recycling products it collects. This will cover the sale of sorted dry recycling materials into the reprocessing markets as well as sourcing disposal outlets for process rejects. To access the full description please visit the below link: https://supplierlive.proactisp2p.com/Account/Login Please ensure responses are received by the 17/01/2025
£3,200,000
Contract value
Cardiff Council is committed to delivering individualised, strengths-based, co-produced services, that promote independence, well-being and inclusion for individuals with complex learning disabilities. This includes people with autism spectrum disorder (ASD), other neurodivergent conditions, physical and sensory impairment, and behaviours that challenge, as well as those with more complex personal care and support needs
£1,000,000
Contract value
Cardiff Council is seeking expressions of interest from Childcare Providers operating in Cardiff that are registered with the Care Inspectorate Wales (CIW) to deliver Flying Start childcare placements for eligible 2-3 year olds. It is our intention to go out to the market in the near future to commission these services through a Dynamic Purchasing System. The service to be provided is childcare to eligible 2-3 year olds for 2.5 hours each day, 5 days each week for 39 weeks each year, in alignment with school term times. The Council will require essential elements of the service as highlighted below Including but is not limited to: Registration of childcare provision with Care Inspectorate Wales (CIW) with the ability to care for 2-3 year olds A commitment towards achieving the standards as set out in the Flying Start Childcare Guidance issued by the Welsh Government and the local Flying Start requirements A commitment to work towards the required staffing qualifications. Staff working in Flying Start settings must have experience of working with young children and must have the qualifications outlined within Social Care Wales’s Qualification Framework to work within the Early Years and Childcare Sector in Wales Social Care Wales. The list identifies the qualifications required to work within Flying Start. It sets out the current qualifications required (and equivalents), past qualifications which are accepted and suggested work-based qualifications for career progression and CPD. A commitment to delivering the agreed number of Flying Start childcare placements for the lifetime of the contract. Please note that the Flying Start Placement Team will review the need for places regularly and provide you with 1 terms notice should any changes be required.
Value undisclosed
Cardiff Council is seeking to recommission its current arrangements for specialist service for female victims of violence against women, domestic abuse and sexual violence – called RISE Cardiff. In April 2018 Cardiff Council implemented a newly commissioned specialist service for female victims of violence against women, domestic abuse and sexual violence. This comprehensive service replaced the previous arrangements. This 24/7 service sought to deliver a range of preventative, supportive, and therapeutic services to victims and their children (aged 0 – 18) across the city, allowing a more innovative approach to service delivery, whilst also allowing for flexibility and service variation where a need was identified. The Council has recently undertaken a thorough review of the RISE Service including an independent review undertaken by Homeless Link. The Council now wishes to alleviate some of the pressures identified in delivering such a large contract by commissioning separate, specialist services. Cardiff Council is seeking to tender for four services under the Violence Against Women, Domestic Abuse and Sexual Violence (VAWDASV) agenda. One tender will be issued for the four services, with a separate contract being awarded per service. These services have been divided into the following Lots: Lot 1 - Front Door (Advice and Prevention Support) Lot 2 - Safe Accommodation for Victims of VAWDASV Lot 3 - CYP Specialist Support Lot 4 - Early Years Support (VAWDASV) Cardiff is a multicultural City and as part of the service delivery for all above contracts, there will be an expectation of accommodation and support for people from diverse backgrounds, including black and minority ethnic backgrounds within the service. A market engagement event will be held in the afternoon of Friday, 29th November 2024 in County Hall, Cardiff, CF10 4UW. If you are interested in attending the event, please provide an expression of interest to supportingpeople@cardiff.gov.uk stating your name, contact information and the organisation you are representing by 12 noon on Thursday, 28th November. Please note there is a maximum of two representatives who are allowed to attend on behalf of each organisation.
£4,530,000
Contract value
In order to support Climate Emergency and decarbonisation work across South East Wales, Cardiff Council are exploring facilitation of a collective solar photovoltaic (PV) purchasing scheme for local authorities belonging to the Cardiff Capital Region (CCR).
£40,000
Contract value
The proposed contract will provide a mechanism for the provision of additional services. It is proposed to use the NEC 4 Term Service contract which allows services to be provided continuously over the contract period and/or on an additional task by task call-off basis, therefore providing the Authority with flexibility as to the quantities of Works ordered (as long as the FTS value is sufficient). The contract manager will ensure that the proposed contract is regularly benchmarked to confirm continued Value for Money.
Value undisclosed