Property Survey Wales – Welsh Housing Conditions Survey
The Welsh Government has not conducted a property survey since 2008, meaning that we have a need to obtain updated data on housing conditions in Wales.
United Kingdom-Cardiff: Survey design services
2016/S 180-322779
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
United Kingdom
Telephone: +44 3000628864
E-mail: CPSProcurementAdvice@wales.gsi.gov.uk
NUTS code: UKL
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Welsh Housing Conditions Survey.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Welsh Government has not conducted a property survey since 2008, meaning that we have a need to obtain updated data on housing conditions in Wales. A comprehensive review of evidence requirements has been undertaken and resulted in a recommendation to commission a new housing conditions survey to be run in 2017-18. The results of this survey will provide robust information on housing conditions and energy efficiency of homes in Wales.
The housing conditions survey will be based on a sub-sample of addresses that have taken part in the new National Survey for Wales. The National Survey is a continuous annual survey of a random sample of 12,000 individuals across Wales. The housing conditions survey will need to be carried out in at least 2 500 dwellings and, additionally, a pilot survey will need to be completed before fieldwork begins. The inspections will require qualified housing surveyors to assess the dwellings and ask the householder a short set of questions.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Welsh Government has not conducted a physical property survey since the 2008 Living in Wales Property Survey, meaning that we have a need to obtain updated data on housing conditions in Wales. A comprehensive review of evidence requirements has been undertaken and resulted in a recommendation to commission a new housing conditions survey to be run in 2017-18. The results of this survey will be linked to a ‘dwelling spine’ — a comprehensive data base consisting of administrative data from multiple sources.
The housing conditions survey will be based on a sub-sample of the new National Survey for Wales that was launched this year (April 2016). The new National Survey (for which the Office for National Statistics (ONS) is the current contractor) is a continuous random sample survey with an achieved sample of 12 000 people each year. The housing conditions survey will need to be carried out in at least 2,500 dwellings and a pilot survey (with an achieved sample of 50-100 dwellings) will need to be completed before the main fieldwork begins.
The design of the housing conditions survey will be similar to that used in the Living in Wales Property Survey in 2008 and the English Housing Survey property inspections. The survey will be conducted in dwellings where, as part of the National Survey, householders have been identified as eligible and provided consent to a housing conditions survey, which will consist of a property inspection and some additional questions to be asked of the householder. Dwellings revealed by National Survey responses as rented (private and social) will be oversampled, and all dwellings identified as in visible disrepair (based on a basic visual inspection by the National Survey interviewer) will be asked for consent, with the remainder of the sample being made up of owner occupied properties with no visible disrepair. The sample of households who agree to take part in the physical survey will be provided to the contractor.
The housing conditions survey will have the main aims of assessing certain features within the following categories:
— Health and safety rating and hazards
— Accessibility and disabled adaptations
— Summary of fitness (for habitation)
— Off grid fuels
— state of repair
— Energy efficiency or renewable energy installations and features etc.
Therefore the inspections will require qualified housing surveyors who are able to assess properties according to these standards. There will also be a short set of questions that the surveyor will ask of the householder. The Welsh Government may wish to include income and housing costs questions as part of this questionnaire.
The final survey design will be developed by the Welsh Government and delivered by the contractor. It is expected that the housing conditions survey will take around 50 minutes to complete. Fieldwork will run alongside the National Survey for Wales for Q2, Q3 and Q4 2017-18. It will possibly also continue for Q1 2018-19 if the contract is extended. Fieldwork for the physical survey is expected to begin 2-4 weeks after the beginning of the National Survey fieldwork (around mid/end July 2017) and end around mid/end April 2018. Data sets will need to be agreed within 6 weeks of the end of fieldwork and be in a format which can be easily linked with other data sets (e.g. administrative data included in the dwelling spine). The contractor will also be responsible for developing and running a series of programs and models to generate derived measures post-fieldwork including complex measures relating to energy efficiency and repair costs. Data produced by these models should be comparable to English Housing Survey data where applicable.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
There may be a requirement to ask additional questions as part of the survey, more detailed information regarding this is included in the ITT documents. Costs for this are not included in the estimated contract value stated in this notice.
II.2.13)Information about European Union funds
II.2.14)Additional information
This contract includes an optional extension for 3 months, should the client so wish to utilise. Costs for additional elements will be agreed using rates provided by the successful contractor in their tender response.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As included in the ITT documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
E-Tender Information:
https://etenderwales.bravosolution.co.uk
— The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
— Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
— The User who performs the Registration becomes the Super User for the Organisation.
— On registering on the Platform the Super User will select a Username and will receive a password.
— The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.
— In order to log-in to the Platform please enter your Username and Password.
— Note: If you forget your Password then visit the homepage and click ‘Forgot your password?’
— Registration should only be performed once for each Organisation.
— If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
— Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
— Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
— Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.
— Tenders must be uploaded to the BravoSolution portal by 14:00
How To Find The ITT:
— Once logged in you must click on ‘ITT’s Open to all Suppliers’
— The e-tender references for this contract are: project_33997, itt_56028
— Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
— You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.
— Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly — Please do not contact the named person at the top of this notice.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales athttp://www.sell2wales.gov.wales/search/search_switch.aspx?ID=53153
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:
The Client has decided to take a non core approach to Community Benefits, this means that the Community Benefits proposal that you return as part of this tender process will not be evaluated and scored.
(WA Ref:53153).
VI.4.1)Review body
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
United Kingdom
Telephone: +44 3000628864Internet address:http://wales.gov.uk/?skip=1&lang=en
VI.5)Date of dispatch of this notice:
Related Posts
Project Management and Cost Management Services London
Crawley Borough Council Property Services Contract
Reading Abbey – Restoration and Conservation Project
Building Surveying Consultancy Services Birmingham
English Heritage Quantity Surveyor Framework 2016 – 2020