Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UK
Telephone: +44 2920879648
E-mail: DaviesJ97@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.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
Total Facilities Management (TFM) at CIC-TRH and Cleanroom Facilities
Reference number: CU.585.JD
II.1.2) Main CPV code
79993000
II.1.3) Type of contract
Services
II.1.4) Short description
Total Facilities Management (TFM) services as are to apply to Cardiff University’s TRH, CIC and Cleanroom premises (referred to from this point as the Contracted Premises).
This will include all Planned Preventative Maintenance (to BESA SFG 20) and / or Original Equipment Manufacturers O&M requirements (whichever are the most onerous), Provision of Written Schemes of Examination and Control, Statutory Thorough Examinations and all associated out of hours Emergency call-outs, Reactive call-outs and Reactive Maintenance for the contracted premises as detailed within this Invitation to Tender (ITT) including all its associated referenced documents, guidance, regulations, schedules and appendices.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79993000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Total Facilities Management (TFM) services as are to apply to Cardiff University’s TRH, CIC and Cleanroom premises (referred to from this point as the Contracted Premises).
This will include all Planned Preventative Maintenance (to BESA SFG 20) and / or Original Equipment Manufacturers O&M requirements (whichever are the most onerous), Provision of Written Schemes of Examination and Control, Statutory Thorough Examinations and all associated out of hours Emergency call-outs, Reactive call-outs and Reactive Maintenance for the contracted premises as detailed within this Invitation to Tender (ITT) including all its associated referenced documents, guidance, regulations, schedules and appendices.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-004213
Section V: Award of contract
Contract No: CU.585.JD
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3) Additional information
(WA Ref:110517)
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
11/05/2021