Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Grwp Llandrillo Menai
  Coleg Llandrillo, Llandudno Road, Rhos-on-Sea, Conwy
  Colwyn Bay
  LL28 4HZ
  UK
  
            Contact person: Mr David Christmas
  
            Telephone: +44 07502152921
  
            E-mail: d.christmas@gllm.ac.uk
  
            NUTS: UKL13
  Internet address(es)
  
              Main address: http://www.gllm.ac.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0286
 
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://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.sell2wales.gov.wales
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
GLLM Capital Construction Framework Agreement 2023
            Reference number: GLLMCCFA2023
  II.1.2) Main CPV code
  45000000
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  The Capital Construction Framework Agreement 2023 is based on works projects with values exceeding GBP 5.5 million.
  GLLM are seeking to appoint up to 10 Contractors under this Framework, which will allow GLLM to individually commission construction works and services in relation to their Capital Projects (referred to collectively herein as the Works) and each Project by means of a mini-competition process only.
  It is intended to appoint up to 10 contractors to the Framework.
  A minimum of 3 successfully appointed contractors are required to form the Framework.
  The Framework Agreement will primarily, but not exclusively, be accessed by GLLM’s Capital Projects staff based on our Llangefni Campus, LL77 7HY, North Wales, or any GLLM appointed consultancy.
  II.1.5) Estimated total value
  Value excluding VAT: 
			90 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    45210000
    II.2.3) Place of performance
    NUTS code:
    UKL12
Main site or place of performance:
    Anglesey & Gwynedd
    II.2.4) Description of the procurement
    GLLM are seeking to appoint up to 10 Contractors under this Framework, which will allow GLLM to individually commission construction works and services in relation to their Capital Projects valued at or above GBP 5.5 Million
    See ITT for full details
    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: 24
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Additional 12 months, plus a further 12 months (2+1+1 years)
    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 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: 10
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2023/S 000-006647
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              26/07/2023
  
                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:
              26/07/2023
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
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=132372.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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:
Community Benefits Clauses will be included at further competition stage once the Framework has been established.
(WA Ref:132372)
The buyer considers that this contract is suitable for consortia.
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
14/06/2023