Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UK
Contact person: Julie Price
Telephone: +44 2920879648
E-mail: PriceJK@cardiff.ac.uk
NUTS: UKL
Internet address(es)
Main address: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Multi-Disciplinary Design Team Framework (Residences and Minor Works)
Reference number: CU.1123.JP
II.1.2) Main CPV code
71530000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement is for the appointment of two separate multi-disciplined design teams with one consultant appointed to each lot, (Lot 1 and Lot 2) along with two reserve Framework consultants (one on each lot) to assist with the programme delivery of the summer 2023 – 2027.
The Framework will be for Residences Planned Maintenance Programme (PMP), the Residences Fire Strategy Planned Maintenance Programme (FS-PMP), Residences unplanned reactive works and various minor works projects.
This procurement exercise has been split into two lots due to the tight programme timescales and the amount of work involved. Both lots are for PMP and FSPMP, unplanned reactive works and various minor works projects, the work streams are co-ordinated for ease of delivery and best value/practice for the University. The lots will be divided on a site location basis, whilst the scope of works will be similar, locations will differ. The nature of the work for both PMP and FSPMP dovetail from a delivery standpoint ensuring that sequence of works is delivered in the most efficient way.
Multi-Disciplinary Design teams including the following:
Lead Consultant / Project Manager
Principal Designer
Mechanical & Electrical Engineering
Quantity Surveying/Architectural Services
Surveying Services
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
PMP and FS-PMP, (Talybont, Hodge Hall, North Road Houses, Southgate House) Resi Unplanned and Minor Works as allocated.
II.2.2) Additional CPV code(s)
71530000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff University
II.2.4) Description of the procurement
This procurement is for the appointment of two separate multi-disciplined design teams with one consultant appointed to each lot, (Lot 1 and Lot 2) along with two reserve Framework consultants (one on each lot) to assist with the programme delivery of the summer 2023 – 2027.
The Framework will be for Residences Planned Maintenance Programme (PMP), the Residences Fire Strategy Planned Maintenance Programme (FS-PMP), Residences unplanned reactive works and various minor works projects.
This procurement exercise has been split into two lots due to the tight programme timescales and the amount of work involved. Both lots are for PMP and FSPMP, unplanned reactive works and various minor works projects, the work streams are co-ordinated for ease of delivery and best value/practice for the University. The lots will be divided on a site location basis, whilst the scope of works will be similar, locations will differ. The nature of the work for both PMP and FSPMP dovetail from a delivery standpoint ensuring that sequence of works is delivered in the most efficient way.
Multi-Disciplinary Design teams including the following:
Lead Consultant / Project Manager
Principal Designer
Mechanical & Electrical Engineering
Quantity Surveying/Architectural Services
Surveying Services
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
1 x 12 month extension option available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
– PMP and FS-PMP (University Hall, Cartwrigt Court, Roy Jenkins, North Campus Houses, Aberdare Hall, Senghennydd, Village Houses), Resi Unplanned and Minor Works
II.2.2) Additional CPV code(s)
71530000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff University
II.2.4) Description of the procurement
This procurement is for the appointment of two separate multi-disciplined design teams with one consultant appointed to each lot, (Lot 1 and Lot 2) along with two reserve Framework consultants (one on each lot) to assist with the programme delivery of the summer 2023 – 2027.
The Framework will be for Residences Planned Maintenance Programme (PMP), the Residences Fire Strategy Planned Maintenance Programme (FS-PMP), Residences unplanned reactive works and various minor works projects.
This procurement exercise has been split into two lots due to the tight programme timescales and the amount of work involved. Both lots are for PMP and FSPMP, unplanned reactive works and various minor works projects, the work streams are co-ordinated for ease of delivery and best value/practice for the University. The lots will be divided on a site location basis, whilst the scope of works will be similar, locations will differ. The nature of the work for both PMP and FSPMP dovetail from a delivery standpoint ensuring that sequence of works is delivered in the most efficient way.
Multi-Disciplinary Design teams including the following:
Lead Consultant / Project Manager
Principal Designer
Mechanical & Electrical Engineering
Quantity Surveying/Architectural Services
Surveying Services
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
1 x 12 month extension option available
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/12/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
08/12/2022
Local time: 12:30
Place:
Cardiff University
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Jan 2027
VI.3) Additional information
All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.
The University reserves the right to award the contract in whole or in part.
The University reserves the right to annul the tendering process and not award any contract.
All documents to be priced in GBP and all payments made in GBP.
All documents to be priced in GBP excluding VAT
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=126378.
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:
As stated in the Invitation to Tender (ITT) Documents.
(WA Ref:126378)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
08/11/2022